Loading...
HomeMy WebLinkAboutContract 62901PROJECT MANUAL FOR THE CONSTRUCTION OF VCWRF BIO SOLIDS FACILITY BANK STABILIZTION City Project No. 103128 Mattie Parker David Cooke Mayor City Manager Christopher Harder, P.E. Director, Water Department Prepared for The City of Fort Worth WATER DEPARTMENT IFB Submittal August 2024 FREESE AND NICHOLS, INC. 801 CHERRY STREET, SUITE 2800 FORT WORTH, TEXAS 76102 TEXAS REGISTERED ENGINEERING FIRM F-2144 CSC No. 62901 PROJECT MANUAL FOR THE CONSTRUCTION OF VCWRF BIO SOLIDS FACILITY BANK STABILIZTION City Project No. 103128 Mattie Parker David Cooke Mayor City Manager Christopher Harder, P.E. Director, Water Department April Rose Escamilla, P.E. Project Manager Prepared for The City of Fort Worth IFB Submittal August 2024 FREESE AND NICHOLS, INC. 801 CHERRY STREET, SUITE 2800 FORT WORTH, TEXAS 76102 TEXAS REGISTERED ENGINEERING FIRM F-2144 8/14/2024 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 00 05 10 Mayor and Council Communication 07/01/2011 00 05 15 Addenda 07/01/2011 00 11 13 Invitation to Bidders 02/08/2024 00 21 13 Instructions to Bidders 01/17/2024 00 35 13 Conflict of Interest Statement 02/24/2020 00 41 00 Bid Form 09/30/2021 00 42 43 Proposal Form Unit Price – Addendum 3 01/20/2012 00 43 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidders 06/27/2011 00 45 11 Bidders Prequalifications – Addendum 2 08/13/2011 00 45 12 Prequalification Statement 09/30/2021 00 45 13 Bidder Prequalification Application – Addendum 2 08/13/2021 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Business Equity Goal 06/07/2024 00 52 43 Agreement 03/08/2024 00 61 13 Performance Bond 12/08/2023 00 61 14 Payment Bond 12/08/2023 00 61 19 Maintenance Bond 12/08/2023 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions – Addendum 2 03/08/2024 00 73 00 Supplementary Conditions 03/08/2024 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 25 00 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 32 16 Construction Schedule 10/06/2023 01 32 16.1 Construction Schedule – Baseline Example 08/13/2021 01 32 16.2 Construction Schedule – Progress Example 08/13/2021 01 32 16.3 Construction Project Schedule Progress Narrative 08/13/2021 01 32 33 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Special Project Procedures 03/11/2022 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 03/22/2021 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 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 01 74 23 Cleaning 07/01/2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103218 Revised September 9, 2022 01 77 19 Closeout Requirements 03/22/2021 01 78 23 Operation and Maintenance Data 12/20/2012 01 78 39 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 Division 02 – Existing Conditions 02 41 13 Selective Site Demolition Division 04 - Masonry 04 41 00.90 Rock Materials Division 31 - Earthwork 31 10 00 Site Clearing 31 22 19.13 Furnished Topsoil 31 22 19.90 Comprehensive Floodplain and Upland Grading 31 23 00 Excavation and Fill Onsite 31 23 16 Unclassified Excavation 31 23 19.01 Care of Water During Construction 31 25 00 Erosion and Sediment Control 31 32 19.15 Geotextile 31 35 19.9 Biodegradable Erosion Control Matting 31 37 00 Riprap Division 32 - Exterior Improvements 32 01 80.90 Temporary Irrigation 32 31 13 Chain Fences and Gates 32 90 00 Plantings Division 35 – Waterway and Marine Construction 35 01 50.95 Comprehensive Channel Grading 35 42 35.90 Coir Wrapped Soil Lifts 35 43 60.90 Rock Toe Protection 35 43 60.91 Channel Pools 35 43 60.97 Rock Riffle Division 99 – Miscellaneous Specifications 99 99 00 Additional Specifications Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City’s website at: http://fortworthtexas.gov/tpw/contractors/ None Appendix GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103218 Revised September 9, 2022 GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION Division 00 – General Conditions DATE:Tuesday, January 28, 2025 REFERENCE NO.: **M&C 25-0073 LOG NAME: 60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI SUBJECT: (CD 5) Authorize Execution of a Contract with Solid Bridge Construction, LLC in the Amount of $9,496,778.00 for 3rd Main to West Fork Trunk Mains (Village Creek Water Reclamation Facility Biosolids Facility Bank Stabilization) Project, Authorize Execution of Amendment No. 6, in the Amount of $381,300.00, to an Engineering Agreement with Freese & Nichols, Inc. for the 3rd Main to West Fork Trunk Mains (Village Creek Water Reclamation Facility Biosolids Facility Bank Stabilization) Project, Provide for Project Costs for a Project Total in the Amount of $10,575,812.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt, and Adopt Appropriation Ordinance to Effect a Portion of Water’s Contribution to the Fiscal Years 2025-2029 Capital Improvement RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with Solid Bridge Construction, LLC in the amount of $9,496,778.00 for the 3rd Main to West Fork Trunk Mains (Village Creek Water Reclamation Facility Biosolids Facility Bank Stabilization) project; 2. Authorize execution of Amendment No. 6 to City Secretary Contract No. 55399, an Engineering Agreement with Freese & Nichols, Inc., in the amount of $381,300.00, for construction support services for the 3rd Main to West Fork Trunk Mains (Village Creek Water Reclamation Facility Biosolids Facility Bank Stabilization) project for a revised contract amount of $2,543,336.00; 3. Adopt the attached Resolution expressing official intent to reimburse expenditures with proceeds from future debt for the 3rd Main to West Fork Trunk Mains project; and 4. Adopt the attached appropriation ordinance adjusting estimated receipts and appropriations in the Water & Sewer Commercial Paper Fund by increasing estimated receipts and appropriations in the 3rd Main to W Fork Trunk Mains project (3rd Barrel Parallel Sanitary Sewer to the Twin 90-inch Sewers Serving the Village Creek Wastewater Treatment Plant, Bank Protection at the Village Creek Wastewater Treatment Plant and Pipeline Erosion Analysis at Five Low Water Crossings)(City Project No. 103128) in the amount of $10,575,812.00 and decreasing estimated receipts and appropriations in the Commercial Paper project (City Project No. UCMLPR) by the same amount, to effect a portion of Water’s contribution to the Fiscal Years 2025-2029 Capital Improvement Program. DISCUSSION: On February 16, 2021, Mayor and Council Communication (M&C) 21-0128 authorized an engineering agreement with Freese and Nichols, Inc., (City Secretary Contract No. 55399) in the amount of $1,001,447.00 for the preparation of plans and specifications for the design of the 3rd Barrel Parallel Sanitary Sewer to the Twin 90-inch Sewers Serving the Village Creek Wastewater Treatment Plant, Bank Protection at the Village Creek Wastewater Treatment Plant and Pipeline Erosion Analysis at Five Low Water Crossings project. The agreement was subsequently revised by Amendment No. 1, in the amount of $94,871.00, administratively authorized October 8, 2021, that provided for additional design efforts for the preparation of a necessary individual permit from the United States Army Corps of Engineers, additional tree and topographic survey and additional archaeological survey. Amendment No. 2, in the amount of $169,005.00, authorized August 9, 2022 (M&C 22-0590), that provided for design and survey services for a soil-supporting concrete encasement for the portion of the project sewer main that is adjacent to an existing pond, additional geotechnical investigation, City of Fort Worth, Texas Mayor and Council Communication additional archeological survey and design for the replacement of an existing conflicting 10-inch sanitary sewer main. Amendment No. 3, in the amount of $35,396.00, administratively authorized October 6, 2022, that provided for design and environmental services for an additional 1,300 feet of sewer main in the Mary’s Creek Basin. Amendment No. 4, in the amount of $64,597.00, administratively authorized August 23, 2023, that provided for additional coordination with the Texas Historical Society, additional topographical/ archaeological investigation and alignment modification. Amendment No. 5, in the amount of $796,720.00, authorized December 10, 2024 (M&C 24-1126) that provided for the preparation of plans and specifications for the replacement of the existing deteriorated 60 and 70-inch raw water mains, which cross the West Fork Trinity River at the Fort Worth/River Oaks City boundaries. Amendment No. 6 provides for construction management, resident project representative, and construction support services including shop drawings, submittal reviews, change order review, archeological monitoring tracking, and record drawings. Construction of the project was advertised for bid on August 15, 2024 and August 22, 2024 in the Fort Worth Star-Telegram. On October 31, 2024 the following bid was received: Bidder Amount Contract Time Solid Bridge Construction, LLC $9,496,778.00 365 Calendar Days In addition to the contract cost, $412,831.00 is required for project management, material testing and inspection and $284,903.00 is provided for project contingency. This project will have no impact on the Water Department operating budget when completed. Available cash within the Water and Sewer portfolio and the City’s portfolio along with the appropriation authority authorized under Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City’s portfolio in accordance with the attached Reimbursement Resolution. Under federal law, debt must be issued within approximately three years in order for these expenses to be reimbursable. Adoption of the attached resolution does not obligate the City to sell bonds, but preserves the ability of the City to reimburse itself from tax-exempt bond proceeds. It is the practice of the Water Department to appropriate its Capital Improvement Program (CIP) plan throughout the Fiscal Year, instead of within the annual budget ordinance, as projects commence, additional funding needs are identified, and to comply with bond covenants. The actions in the M&C will appropriate funds in support of the Water ’s portion of the City of Fort Worth’s Fiscal Years 2025-2029 Capital Improvement Program. Funding for 3rd Main to W Trunk Mains is depicted below: 60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI Capital Fund Name Project Name FY2025 CIP Appropriations Authority Budget Change (Increase/Decrease) Revised FY2025 Budget 56022- W&S Rev Bonds Series 2024 Fund 103128 – 3rd Main to W. Trunk Mains $0.00 This M&C 24-1126 $961,720.00 $961,720.00 56023- W&S Commercial Paper Fund 103128 – 3rd Main to W. Trunk Mains $961,720.00 This M&C $10,575,812.00 $11,537,532.00 Funding is budgeted in the Commercial Paper project within the W&S Commercial Paper Fund for the purpose of funding of the 3rd Main to W Trunk Mains project. Funding for the 3rd Main to W Fork Trunk Mains are depicted below: Fund Existing Appropriations Additional Appropriations Project Total* 56019 – W&S Rev Bonds Series 2021 $1,616,032.00 $0.00 $1,616,032.00 56022 - W&S Rev Bonds Series 2024 $961,720.00 $0.00 $961,720.00 56023 – W&S Commercial Paper $0.00 $10,575,812.00 $10,575,812.00 Project Total $2,577,752.00 $10,575,812.00 $13,153,564.00 *Numbers rounded for presentation purposes. DVIN: The Business Opportunity Division placed a 9.90 percent business equity goal on this solicitation/contract. Solid Bridge Construction, will be exceeding the goal at 10.00 percent, meeting the City’s Business Equity Ordinance. Any changes in subcontractors will be reviewed by the Business Equity Division. DVIN: Freese and Nichols, Inc. agrees to maintain its initial M/WBE commitment of 5.46 percent that it made on Amendment No. 5 and extend and maintain that same M/WBE commitment of 5.46 percent to this Amendment No. 6. Therefore Freese and Nichols, Inc. remains in compliance with the City's M/WBE Ordinance and attests to its commitment by its signature on the Acceptance of Previous M/WBE Commitment form executed by an authorized representative of its company. The project is located in COUNCIL DISTRICT 5. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the Commercial Paper project within the W&S Commercial Paper Fund and upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the W&S Commercial Paper Fund for the 3rd Main to W Trunk Mains project to support the above recommendations and execution of the contract and amendment. Prior to an expenditure being incurred, the Water Department has the responsibility of verifying the availability of funds. TO Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount FUND IDENTIFIERS (FIDs): FROM Fund Department ID Account Project ID Program Activity Budget Year Reference # (Chartfield 2) Amount William Johnson (5806) Chris Harder (5020) April Escamilla (8455) CERTIFICATIONS: Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 1. 1295 Solid Bridge Construction.pdf (CFW Internal) 2. 60VCWRFBIOBANKS-SOLIDBRIDGEANDFNI.pdf (Public) 3. 60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI funds avail.docx (CFW Internal) 4. Commercial Paper Balance as of 12.02.24.xlsx (CFW Internal) 5. Compliance Memo-Solid Bridge Construction.pdf (CFW Internal) 6. Compliance Waiver-FNI.pdf (CFW Internal) 7. FID TABLE 60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI (WCF 12.02.24).xlsx (CFW Internal) 8. Form 1295 Certificate FNI.pdf (CFW Internal) 9. ORD.APP_60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI_56023_AO25(r4) (1).docx (Public) 10. PBS CPN 103128.pdf (CFW Internal) 11. Res.60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI.docx (Public) 12. SAM.gov search FNI.pdf (CFW Internal) 13. SAM.gov search Solid Bridge.pdf (CFW Internal) 60VCWRFBIOSBANKS - SOLIDBRIDGEANDFNI FID Table Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 1,2&3)56023 0600430 UCMLPR 2025 ($10,575,812.00) 1,2&3)56023 0700430 103128 2025 $10,575,812.00 Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer Rec #Fund Dept #Account Project ID Activity Budget Year CF 2 Program Amount Purpose Xfer 3 56023 0700430 5110101 103128 001780 9999 $97,817.00 Water Staff Costs 3 56023 0700430 5550102 103128 001780 9999 $2,000.00 Public Outreach 2 56023 0700430 5330500 103128 001730 9999 $381,300.00 Pay to Engineering Company 1 56023 0700430 5740010 103128 001780 9999 $9,496,778.00 Pay to Contractor 3 56023 0700430 5740010 103128 001780 9999 $284,903.00 Contract Contingency 3 56023 0700430 5330500 103128 001784 9999 $88,035.00 Soil Lab Consultant 3 56023 0700430 5310350 103128 001784 9999 $29,345.00 Soil Lab TPW Staff Cost 3 56023 0700430 5110101 103128 001785 9999 $195,634.00 Water Inspection Staff FIDs (Budget) FIDs (Actual) FIDs (REVENUE or EXPENSE - No KK or GL Entries Needed) 00 05 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO: 103128 Revised July 1, 2011 SECTION 00 05 10 MAYOR AND COUNCIL COMMUNICATION (M&C) [Assembler: For Contract Document execution, remove this page and replace with the approved M&C for the award of the project. M&C insert shall be on blue paper.] END OF SECTION ,, .; � � � � � ADDENDUM TO INVITATION TO BID NO. 24-0278 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION WATER DEPARTMENT ADDENDUM NO. 1 INVITATION TO BID (ITB): 24-0278 BID OPENING DATE: OCTOBER 3, 2024 DATE ISSUED: AUGUST 28, 2024 ITB No. 24-0278, issued August 15, 2024, is hereby amended as follows: 1. Responses to questions are attached to this addendum as Attachment A. 2. The pre-bid meeting presentation is issued by Addendum No. 1 as Attachment B. PLANS: the foilowing sheets: Realace Sheet COVER SHEET GN-02 GENERAL NOTES I CI-01 OVERALL LAYOUT SD-01 BANK STABILIZATION PLAN VIEW SD-02 BANK STABILIZATION PROFILE VIEW PL-02 PLANTING NOTES II 4. TECHNICAL SPECIFICATIONS: Re lace the followin Sections: Re lace Section 00 00 00 - Table of Contents 00 42 43 — Bid Proposal 33 05 10 — Utility Trench Excavation 33 05 30 — Utility Exploration Excav� TXDOT Item — 168 TXDOT Item - 432 With Sheet COVER SHEET GN-02 GENERAL NOTES I CI-01 OVERALL LAYOUT SD-01 BANK STABILIZATION PLAN VIEW SD-02 BANK STABILIZATION PROFILE VIEW PL-02 PLANTING NOTES II With Section 00 00 00 - Tabie of Contents 00 42 43 — Bid Proposal Add Section Embedment and Backfili A�).�ther t�rms and conditions remain unchanged. � F.; t � , C...... ;: } j � ., j,%"'s TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ..............................................................................� By the signature affixed below, Addendum No. 1 is hereby incorporated into and made part of the above referenced Invitation to Bid. SOIId B�Itlge COC1SfiLICtIOC1 :��' � ��� 3104 Interstate 45 So�fih �--�� �`� COMPANY NAME: � ew Waverly, TX 77358 ;� r� �,�;�s .�%; � SIGNATURE: � NOTE: Company name and signature mus h n the original bid documents. Failure to return this form with your sealed bid may constitute grounds for rejection of your offer. ITB 24-0278 VCWRF Bio Solids Facility Bank Stabilization Addendum No. 1, Page 1 of 1 ITB 24-0278 VCWRF Bio Solids Facility Bank Stabilization Addendum No. 2, Page 1 of 2 ADDENDUM TO INVITATION TO BID NO. 24-0278 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION WATER DEPARTMENT ADDENDUM NO. 2 DATE ISSUED: September 9, 2024 INVITATION TO BID (ITB): 24-0278 BID OPENING DATE: OCTOBER 3, 2024 (CHANGED) REVISED BID OPENING DATE: OCTOBER 24, 2024 ITB No. 24-0278, issued August 15, 2024, is hereby amended as follows: 1. Bid Opening Date is changed from October 3, 2024 at 2:00PM CDT to October 24, 2024 at 2:00PM CDT. 2. Questions Due Date is changed from September 23, 2024 2:00PM to October 17, 2024 5:00 PM. 3. Non-Mandatory Site Visit is scheduled for September 19, 2024 from 8:00AM-9:30AM. Please meet at VCWRF Biosolids Facility parking lot located at: 2501 Greenbelt Road Fort Worth, Texas 76118 RSVP: April.Escamilla@FortWorthTexas.gov 4. Prequalification Documentation Submission Date is changed from September 3, 2024 to September 27, 2024. All bidders are required to submit the prequalification documents per Specification 00 21 13 Instruction to Bidders Section, Part 3.5 for the following items: a. Stream bank stabilization using bioengineered or stream restoration principles b. Native vegetation establishment, including temporary irrigation systems and care of plantings c. Environmental and safety regulations and guidelines associated with the project d. Performance of adaptive management within the post-construction monitoring period e. Utility location and protection f. Dewatering or construction within aquatic and riverine environments Prequalification documents for Geotechnical Exploration is no longer required. 5. PLANS: Replace the following sheets: Replace Sheet With Sheet DT-03 CONSTRUCTION DETAILS DT-03 CONSTRUCTION DETAILS 6. TECHNICAL SPECIFICATIONS: ;epiace the following Sections: Replace Section 00 11 13 - Invitation to Bidders 00 21 13 - Instructions to Bidders 00 41 00 - Bid Form 00 42 43 - Bid Proposal 00 45 11 - Bidders Prequalification 00 45 12 - Prequalification Statement 0045 13 - Bidders Prequalification Ap 99 99 00 - Additional Specifications With Section 00 11 13 - Invitation to Bidders 00 21 13 - Instructions to Bidders 00 41 00 - Bid Form 00 42 43 - Bid Proposal 00 45 11 - Bidders Prequalification 00 45 12 - Prequalification Statement 0045 13 - Bidders Prequalification Ap 99 99 00 - Additional Specifications All other terms and conditions remain unchanged. �.�- /`- - {�-t"E-�-��--��.�Y.-. �( TONY SHOLOLA, P.E. AS5ISTANT DlRECTOR, WATER DEPARTMENT ..............................................................................� By the signature affixed below, Addendum No. 2 is hereby incorporated into and made part of the above referenced Invitation to Bid. �- � - -�-�� - . _.. _-...,..�_ �__.� Solid �ridge Construction � � -1�. . - �- COMPANY NAME: 7�n� �_t___i_a_ �r n_..i� --" ._.. ._ ---=' - SIGNATURE: NP.1 NOTE: Company name and sigr return this form with your sealed �R � �---;�-1-�-.%��' as on the original bid documents. Failure to nds for rejection of your offer. ITB 24-0278 VCWRF Bio Solids Facility Bank Stabilization Addendum No. 2, Page 2 of 2 ��� ����� `•-�..rw�� �✓ ADDENDUM TO INVITATION TO BID NO. 24-0278 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION WATER DEPARTMENT ADDENDUM NO. 3 INVITATION TO BID (ITB): 24-0278 BID OPENING DATE: OC706ER 3, 2024 (CHANGED) REVISED BID OPENING DATE: OCTOBER 24, 2024 DATE ISSUED: October 9, 2024 ITB No. 24-0278, issued August 15, 2024, is hereby amended as follows: 1. Prospective bidders are hereby informed that the following are prequalified for Streambank Stabilization using Bioengineering or Stream Restoration Principle; Native vegetation establishment, including temporary irrigation systems and care of plantings; Environmental and safety regulations and guidelines associated with the project; Performance of adaptive management within the post-construction monitoring period; Utility location and protection; and Dewatering or construction within aquatic and riverine environments as listed befow: • Archer Western Construction, LLC • Pacific West Environmental & infrastructure, LLC • RES Environmental Operating Company, LLC • Solid Bridge Construction, LLC All other term�s and conditions remain unchanged. w '� j ��;.: ����: � � � TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WATER DEPARTMENT ------------------------------------------------------------------------------- By the signature affixed below, Addendum No. 3 is hereby incorporated into and made part of the above referenced Invitation to Bid. - -:� So1i� Bridge Construction � - n --����" COMPANY NAME: � „ _ a - �-� , SIGNATURE: � �' j�".�; . �,,,;' d,�� �;�c��r�,���o,d�� NOTE: Company name and signa��n�s� er$� me as on the original bid documents. Failure to return this form with your sealed bid may co s�$ut �rounds for rejection of your offer. ITB 24-0278 VCWRF Bio Solids Facility Bank Stabilization Addendum No. 3, Page 1 of 1 � .a. � �' � � ��'_,,_� ADDENDUM TO INVITATION TO BID NO. 24-0278 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION WATER DEPARTMENT ADDENDUM NO. 4 DATE ISSUED: October 11, 2024 INVITATION TO BID (ITB): 24-0278 BID OPENING DATE: OCTOBER 3, 2024 (CHANGED) REVISED BID OPENING DATE: OCTOBER 31, 2024 ITB No. 24-0278, issued August 15, 2024, is hereby amended as follows: 1. Bid Opening Date is changed from October 24, 2024 at 2:OOPM CDT to October 31, 2024 at 2:OOPM CDT. 2. Questions Due Date is changed from October 17, 2024 5:OOPM to October 24, 2024 5:OOPM. 3. TECHNICAL SPECIFICATIONS: ;eplace the following Sections: Replace Section 00 42 43 Proposal Form 00 42 43 All other terms an;d conditions remain unchanged. � ; r_ �tk,� � r��;'� TONY SHOLOLA, P.E. ASSISTANT DIRECTOR, WAT�R DEPAR7MENT ------------------------------------------------------------------------------- By the signature affixed be►ow, Addendum No. 4 is hereby incorporated into and made part of the above referenced Invitation to Bid. F> � Solid Bridge Construction � ��� �-- COMPANY NAME: � � nA I��.....i_i_ � � n_..,� C SIGNATURE: '✓ �`� .'s�" f; F'' '_ NOTE: Company name and sign��� r� b��same as on the original bid documents. Failure to return this form with your sealed i may c n grounds for rejection of your offer. ITB 24-0278 VCWRF Bio Solids Facility Bank Stabilization Addendum No. 4, Page 1 of 1 00 05 15 - 1 ADDENDA Page 1 of 1 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 SECTION 00 05 15 ADDENDA [Assembler: For Contract Document execution, remove this page and replace with any addenda issued during bidding.] END OF SECTION 00 11 13 INVITATION TO BIDDERS Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised 2/08/24 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Electronic bids for the construction of VCWRF Bio Solids Facility Bank Stabilization (“Project”) will be received by the City of Fort Worth via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project until 2:00 P.M. CDT, Thursday, October 3, 2024. Bids will then be opened publicly and read aloud beginning at 2:00 PM CDT at City Hall, 100 Fort Worth Trail, Fort Worth, Texas, 7th Floor, Room 745. Your submissions must be uploaded, finalized and submitted prior to the Project’s posted due date. The City strongly recommends allowing sufficient time to complete this process (ideally a week prior to the deadline) to begin the uploading process and to finalize your submission. Uploading large documents may take time, depending on the size of the file(s) and your Internet connection speed. The Bonfire portal can be accessed using Microsoft Edge, Google Chrome, or Mozilla Firefox. Javascript must be enabled. Browser cookies must be enabled. Electronic submission is subject to electronic interface latency, which can result in transmission delays. All bidders or proposers assume the risk of late transmission/ submission. The City shall not be held liable if an interested bidder or proposer is unable to submit a complete bid/response before the published deadline due to transmission delays or any other technical issues or obstructions. The City strongly recommends allowing sufficient time to complete the submission process (ideally a week before the deadline) to begin the uploading process and to finalize your submission to give adequate time in the event an issue arises. All submissions must be submitted electronically prior to the close date and time under the respective Project via the Procurement Portal: https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities Failure to submit all completed required information listed in the respective Solicitation will be grounds for rejection of a bid as non-responsive. No late bids/proposals shall be accepted. Bids delivered in any other manner than using the Bonfire Platform (Procurement Portal) will not be accepted or considered. If, upon being opened, a submission is unreadable to the degree that material conformance to the requirements of the procurement specifications cannot be ascertained, such submission will be rejected without liability to the City, unless such bidder provides clear and convincing evidence (a) of the content of the submission as originally submitted and (b) that the unreadable condition of the Electronic Bid was caused solely by error or malfunction of the Bonfire Platform (Procurement Portal). Failure to scan a clear or readable copy of a bid into the system does not constitute and shall not be considered an error or malfunction of the Bonfire Platform (Procurement Portal). Bidders are encouraged to fully review each page of every document within their submission prior to submitting to ensure all documents are clear, legible, and complete. SUPPORT For technical questions, visit Bonfire’s help forum at https://vendorsupport.gobonfire.com/hc/en- us Contact the Bonfire support team at Support@GoBonfire.com or by calling 1-800-354-8010. 00 11 13 INVITATION TO BIDDERS Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised 2/08/24 To get started with Bonfire, watch this five-minute training video: Vendor Registration and Submission [VIDEO] – Bonfire Vendor Support (gobonfire.com) GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Proposed improvements are to include realigning 800 LF of the West Fork Trinity River to a stable planform. The stabilization would include realignment of the channel thalweg using a riffle, pool, riffle sequence and providing a stable meander radius of 400’. A bankfull bench would be graded throughout the project. Rock will be placed along the riffles, and a rock toe will be added in the pool along the outside of the meander to protect from lateral migration. Pool grading will also be included. The left and right bank would be laid back to a stable 3:1 or shallower slope. The site will be stabilized by providing an extensive vegetation plan which includes biodegradable erosion control and various sizes and species of native trees, shrubs, live stakes and seeding. PREQUALIFICATION Certain improvements included in this project must be performed by a contractor or designated subcontractor 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 3 of 00 21 13 – INSTRUCTIONS TO BIDDERS. Furthermore, additional prequalifications are required for the following: • Stream bank stabilization using bioengineered or stream restoration principles • Native vegetation establishment, including temporary irrigation systems and care of plantings • Environmental and safety regulations and guidelines associated with the project • Performance of adaptive management within the post-construction monitoring period • Utility location and protection • Dewatering or construction within aquatic and riverine environments • Geotechnical Exploration Prequalification submittals shall be in accordance with Section 00 21 13 – Instructions to Bidders Section 3.5. Failure to comply with the prequalification requirements set forth shall result in the rejection of the bid as non-responsive. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. EXPRESSION OF INTEREST To ensure potential bidders are kept up to date of any new information pertinent to this project, all interested parties should indicate their intent to bid in the Procurement Portal by selecting “yes” under the Intent to Bid section. All Addenda will be posted in the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities, under the respective Project. 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised 2/08/24 PREBID CONFERENCE – Web Conference A prebid conference will be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Monday, August 26, 2024 TIME: 10:00 AM Invitations with links to the web conferencing application will be distributed directly to those who have submitted an Expression of Interest. If a prebid conference is held, the presentation 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 should direct all questions about the meaning and intent of the Bidding Documents electronically through the Vendors discussions section under the respective Project via the Procurement Portal. If necessary, Addenda will be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject any or all bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. ADVERTISEMENT DATES August 15, 2024 August 22, 2024 END OF SECTION 00 21 13 INSTRUCTIONS TO BIDDERS Page 1 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 1. Defined Terms 1.1. Capitalized terms used in these INSTRUCTIONS TO BIDDERS are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making electronic 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. Bidders or their designated subcontractors are required to be prequalified for the work types requiring prequalification as per Sections 00 45 11 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUALIFICATION STATEMENT. Firms seeking pre-qualification, must submit the documentation identified in Section 00 45 11 on Section 00 45 13 PREQUALIFICATION APPLICATION at least thirty (30) calendar days prior to Bid opening for review and, if qualified, acceptance. The subcontractors listed by a Bidder on 00 45 12 must be prequalified for the appropriate work types. Subcontractors must follow the same timelines as Bidders for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. Prequalification requirement work types and documentation are available by accessing all required files through the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ 00 21 13 INSTRUCTIONS TO BIDDERS Page 2 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 3.1.1. Paving – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Paving %20Contractor%20Prequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%20PAVING%20CONTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/TPW%20Roadwa y%20and%20Pedestrian%20Lighting%20Prequalification%20Program/STREET% 20LIGHT%20PREQUAL%20REQMNTS.pdf 3.1.3. Water and Sanitary Sewer – Requirements document located at: https://apps.fortworthtexas.gov/ProjectResources/ResourcesP/02%20- %20Construction%20Documents/Contractor%20Prequalification/Water%20and%2 0Sanitary%20Sewer%20Contractor%20Prequalification%20Program/WSS%20pre qual%20requirements.pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least thirty (30) 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. 3.3. The City reserves the right to require any pre-qualified contractor who is the apparent low bidder 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 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. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 3.5. Special qualifications required for this project include the following: 00 21 13 INSTRUCTIONS TO BIDDERS Page 3 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 3.5.1. Contractors bidding on this project must demonstrate experience and expertise in construction of projects that use bioengineered and/or stream restoration principles. They should have a proven track record of completed projects that may include the installation of erosion control measures, rock rip-rap, grade control structures, geotextile materials, and native vegetation establishment. Past experience showing proficiency working with materials used in this project is required. Additionally, bidders must possess a thorough understanding of both the environmental, and safety, regulations and guidelines needed to construct this project. Lastly, contractors should show a history of quality assurance and be willing and able to perform maintenance for the duration of the post-construction monitoring period, should adaptive management be needed. 3.5.2. Provide City Project Name (VCWRF BIO SOLIDS FACILITY BANK STABILIZATION), City Project Number (103128), Project Manager (April Rose Escamilla), bid open date (October 3, 2024), and scope of work for projects (scope of work for this bid will be construction of stream restoration for 800 LF of the West Fork Trinity River) currently planned for submitting bids in the cover letter to the City. 3.5.3. Each Prospective Bidder shall provide at least five (5) references for Related Work: 3.5.3.1. Project Name and Locations 3.5.3.2. Type of Project 3.5.3.3. Was the contractor a prime contractor or worked as a subcontractor; note firm’s role and scope of work performed 3.5.3.4. Contractor’s contact person and phone number 3.5.3.5. Name of city where work was performed along with respective city inspector’s name and phone number 3.5.3.6. Amount of construction contract – relevant work only (bioengineered and/or stream restoration; erosion control measures, rock rip-rap, grade control structures, geotextile materials, and native vegetation) 3.5.3.7. Project duration – start date for construction and completion date 3.5.3.8. Current projects under construction 3.5.4. The requested material must be submitted to the City prior to the bid opening date, no later than 2:00PM CDT, September 3, 2024. The City will provide a list of prequalified contractors for this project prior to the bid opening date, no later than September 16, 2024. This list will be posted, Bids submitted by prospective bidders who are not on the prequalified contractor list will be rejected as non-responsive. All special prequalification information must be submitted via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 00 21 13 INSTRUCTIONS TO BIDDERS Page 4 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder: 4.1.1. Shall 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. Should 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. Shall consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. Shall 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. Is 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 formal 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. Should perform 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. For projects with restricted access, upon 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 4.1.7. Shall 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 or bid is prima-facie evidence that the Bidder has made the investigations, examinations and tests herein required. 4.1.8. Shall 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. 4.1.9. Indicate their intent to bid by selecting “yes” in the Procurement Portal under the Intent to Bid section. You must indicate your intent to bid to be able to submit a bid to the City. 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 will 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. 4.2.4. Standard insurance requirements, coverages and limits. 00 21 13 INSTRUCTIONS TO BIDDERS Page 6 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 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. 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 00 21 13 INSTRUCTIONS TO BIDDERS Page 7 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City electrically through the Vendor Discussions section under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities on or before 2 p.m. Monday, September 23rd 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. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications shall be posted under the respective Project via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities 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 a Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price, on the form attached or equivalent, issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. 7.2. The Bid Bonds provided by a Bidder will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and return the Contract Documents within 14 days after the Notice of Award conveying same, City may consider Bidder to be in default, rescind the Notice of Award and act on the Bid Bond. Such action shall be City's exclusive remedy in the event Bidder is deemed to have defaulted. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 8 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 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. 11. Subcontractors, Suppliers and Others 11.1. In accordance with the City’s Business Equity Ordinance No.25165-10-2021 the City has goals for the participation of minority business and/or women business enterprises in City contracts $100,000 or greater. See Section 00 45 40 for the M/WBE Project Goals and additional requirements. Failure to comply shall render the Bidder as non-responsive. Business Equity Ordinance No.25165-10-2021, as amended (replacing Ordinance No. 24534-11-2020), codified at: https://codelibrary.amlegal.com/codes/ftworth/latest/ftworth_tx/0-0-0-22593 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor or City has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents. 12.2. All blanks on the Bid Form must be completed and the Bid Form signed electronically or signed in ink and scan. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices for which the Bidder proposes to do the work contemplated or furnish materials required. 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. 12.5. 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 9 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 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 Form. 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 electronically in the Procurement Portal on the prescribed Bid Form, provided with the Bidding Documents, prior to the time indicated in the Advertisement or INVITATION TO BIDDERS. 14. Withdrawal of Bids 14.1. Bids submitted electronically may be withdrawn prior to the time set for bid opening via the Procurement Portal https://fortworthtexas.bonfirehub.com/portal/?tab=openOpportunities. 15. Opening of Bids Bids will be opened and read aloud publicly. 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 a minimum of 90 days or 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. 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. City reserves the right to waive informalities not involving price, contract time or changes in the Work and award a contract to such 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. 00 21 13 INSTRUCTIONS TO BIDDERS Page 10 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 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. In addition to Bidder’s relevant prequalification requirements, City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work where the identity of such 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 less than 35% of the value embraced on the Contract, unless otherwise approved by the City. 17.5. If 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. 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. 17.7. 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 contract 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.tx.us/data/forms/1295/1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 00 21 13 INSTRUCTIONS TO BIDDERS Page 11 of 11 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENT CITY PROJECT NUMBER: 103128 Revised/Updated 1/17/24 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 Project Manual. Within 14 days thereafter, Contractor shall sign and deliver the required number of counterparts of the Project Manual to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Page 1 of 1 SECTION 00 35 13 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 exercise 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. `�ou 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. Form CIQ (Conflict of Inierest Questionnairel (state tx us1 https://www.ethics.state.tx.us/data/forms/conflict/CIS pdf ❑� L� ❑ C. CIQ Form does not apply CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary CIS Form does not apply CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary ,____----- _ ___ So1id �r�dge Construction BtDDER:��" 3104 Interstate 45 South New Waverly, TX 7735� 936-435-0700 END OF SEGTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 24, 2020 By: Signature: �� Title: �. vl S!!G(/ I�i(,Ql l/ � 00 41 00 Bid Proposal Workbook_Updated.xlsx CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th teg., Regular Session. OFFICEUSEONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the Date Received vendor meets requirements under Section 176.Q06(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 1 Name of vendor who has a business relationship with local governmental entiry. 1 � �� ��� �n 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriafe filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additionai pages to this Form CIQ as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxabie income, other than investment income, from the vendor? � Yes No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the locai government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? � Yes No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. s ❑ Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 ,�` - �-� ��� .,,,_>- >._>t� -- �, �' l�� c.1 Z c�' Signature of vendor doing business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 1/1/2021 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A compfete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code � 176.001(1-a): "Business relationship" means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an agency of a federal, state, or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public; or (C) a purchase or lease of goods or services from a person that is charterecl by a state or federal agency and that is subject to regular examination by, and reporting to, that agency. Local Government Code & 176.003(a)(2)(A) and (B)• (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: *** (2) the vendor: � (A) has an employment or other business relationship with the local government officer or a family member of the of�icer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the loca► government officer or a family member of the officer one or more gifts that have an aggregate value of more than $100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering ir�to a contract with the vendor. Local Government Code & 176 006ia) and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A�; (2) has given a local government officer of that local governmental entity, or a family member of the officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B}, excluding any gift described by Section 176.003(a-1); or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity; or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer, described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection (a); or (C) of a family relationship with a local government officer. rorm prov�aea ny iexas tthics Gommission www.ethics.state.tx.us Revised 1/1/2021 00 41 00 BID FORM Page 1 of 3 TO: 2.1. 2.2. 2.3. 2.4. 2.5. 2.6. a. b. c. 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. BIDDER Acknowledgements and Certification In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. The Purchasing Manager 1. Enter Into Agreement 200 Texas Street City of Fort Worth, Texas 76102 c/o: The Purchasing Division Units/Sections: Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. FOR: City Project No.: - VCWRF BIO SOLIDS FACILITY BANK STABILIZATION -103128 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. Bidder has not solicited or induced any individual or entity to refrain from bidding. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: "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. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. SECTION 00 41 00 BID FORM CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook_Updated.xlsx 00 41 00 BID FORM Page 2 of 3 d. a. b. c. d. e. f. g. h. 4.1. 365 4.2. a. b. c. d. e. f. g. h. Dewatering or construction within aquatic and riverine environments. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Stream bank stabilization using bioengineered or stream restoration principals. Native vegetation establisment, including temporary irrigation systems and care of plantings. Performance of adaptive management within the post-construction monitoring period. Utility location and protection. 3. Prequalification Environmental and safety regulations and guidelines associated with the project. 4. Time of Completion The Work will be complete for Final Acceptance within The following documents are attached to and made a part of this Bid: *If necessary, CIQ or CIS forms are to be provided directly to City Secretary Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 MWBE Forms (optional at time of bid) days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. Prequalification Statement, Section 00 45 12 Conflict of Interest Affidavit, Section 00 35 13 5. Attached to this Bid Geotechnical Exploration. Any additional documents that may be required by Section 12 of the Instructions to Bidders This Bid Form, Section 00 41 00 Proposal Form, Section 00 42 43 Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook_Updated.xlsx no a� o0 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder wiil complete the Work in accordance with the Contract Documents for the foliowing bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening, 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid (�j � ������ t���` ��' 7. Bid Submittal This Bid is submitted on �(� �j �'L,�f�� Respectfully submitted, By:� (�-�tu�e) . ��'� � (... � - ��'�i'� G�l 5 (Printed Name) Title: �a G-'�- �i��,��'i''�... �°mpany: Snji� B�idge Construction AddreSS: 3104 Interstate 45 South New Waverly, TX 77358 936-435-070Q State of Incorporation: . ��� EmaiL �c, �/1� -� P�� � � � �;�ti��j�. (,,cN�Sh^�,�,vt'e�;�: �� 5 Phone: �� �� f�..,�2a�� v°��,, END OF SECTION ��.� �� by the entity named below. Corporate Seal: V CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbook_Updated.xlsx 00 42 43 BID PROPOSAL PaFc 1 0l' I UNIT PRICE BID Jritt 1 - Bidlist � Item No. Description 1 Site Clearin 2 Erosion and Sediment Control 3 Care of Water During Conshuction 4 Ezcavation and Fill On-Site 5 Unclassified Channel �cavallon 6 Rock Toe Protection % Rnrk Gifflc SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Application Bidders Proposal 1] 12 13 14 15 16 17 18 19 20 z4 Tem ora Irrigation and Soil Pre aration 25 Remove and Replace F�dstin Chain Link 2( TemporaryConstructionFence Z% Exploratory Excavation for Ebsting UGlities 2$ ConstructlonAllowance Total 1 = Sub-Total: �9,a96,77&.00 Totat B;d $9,496,778.00 END OF SECTION crrY or• ronr woa�x STANDqRp CONSIRUCTION SPECIF7CATION DOCUMh'NTg Revised 9/30/2021 Specification Section No. Unit of Bid Measure Quantity Unit Price Bid Value 31 10 00 qc s $25,000.00 $125,000.00 31 25 00 �S � _ _ _ _ _ _ _ _ _ $75,000 00 $75,000.00 312319.01 �s � $600,000.00 $600,000.00 31 23 00 cv �,sso $40.00 $303,600.00 312316 cv z�,aao $25.00 $696,000.00 35 43 60.90 LF sas $3,100.00 $1,822,g00.00 35 43 60.97 sv 2aao $365.00 $1,000,100.00. 31 37 00 $350.00 SY 1,335 $46],Q50.�0'� 35 43 60.91 sv �,soo $65.00 $4&7,500.00 35 42 35.90 LF s,sas $165.00 $1,079,925.00 35 42 35.90 LF soo $150.00 $90,000.00 3135199 sv �,sso $40.00 $294,000.00 _.._._. 9900 sF zs,000 $�2.00 _$348,OOO.DO 31 37 00 sv i,aoo � $500.00 $900,000.00 313700 sv ns $750.00 $131,250.00 312219.13 cv z,sso $100.00 $265,000.00 32 90 00 nc s 32 90 00 $3,000.00 $15,000.00 nc s $6,500.00 32 90 00 Eq �,Z�p $32,500.00 32 90 00 $30.00 $38,100.00 en 2,�5z $30.00 3? 90 00 Eq z,tsz $64,560.00 32 90 00 $40.00 $86,080.00 ea, z,zos $25.00 32 90 00 - $55,150.00 ea, 2s7 $64.00 $17,088.00 310180.90 �s � $165,000.00 32 31 13 �F aoo - --- $165,000.00 99 99 00 $ioo.00 $so,000.00 LF 325 $55.00 33 OS 30 � 6 $17,875.00 $15,000.00 $90,000.00 99 99 00 Ls � $15Q000.00 $150,000.00 _ Sub-Total Tinit 1 _ P� ..,� ...,,. ..,. PW 1TB 24-0278 - 00 42 43 Bid Proposal Work6aok Addrndum a Addendum #4 : � : • � Travelers Casualty and Surety Company of America KNOWN ALL BY THESE PRESENTS, That we, Solid Bridge Construction. LLC , as Principal, alld Travelers Casualtv and Surety Comnany of America , as Surety, are held and firmly bound unto The citv ofFort wortn , as Obligee, in the sum of 5°�0 ofthe GAB Dollars ( 5°io ) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Fort Worth Bio Solids Facility Bank VCWRF BIO SOLIDS FACILITY BANK STABILIZTION ("ProjeCt"), NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 31st day of october , 2024 Solid Bridge Construction, LLC ,� (P incipal) f � B\/ �' ^''�y ��� � ��y e )' ` 1 I I�V'1�' � �'aJ;Y�IL �� ' Travelers Casualty and Surety Company of America gy. %����,� �3� Titiany Bice , Attorney-in-Fact �,�` ��r�. � ;��µ� �"� ,„ . ,� s�es : �' ._ . , : �„ �s �; �.c�,�r�,� t .� �,�+ : :� �..�°`F� � � r �`""".��� �- G::::>„�'`„ TRAI(ELERS F� Travelers Casuaity and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company PO�WER C1F ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paui Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Tiffany Bice of MAGNOLIA , Texas , their true and lawful Attorney(s}-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditiorial undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrurcient to be signed, and their corporate seals to be hereto affxed, this 21st day of April, 2021. ,�,■�ax. ��e '��'S.'�.y% '�p Z7 A�'p �4 �� pry � y s �� � �. U? G� ��}'t,i�t�'a.w� Y 6 H.a.�if'QRii. .< �F' .r�sd��. �corst g �pl',� 4 �� . ytrb C4NtL +a�Q � �N. . a . �,w �S' 'r ,. r State of Connecticut B . `./t2�{���" � � Y ,_ City of Hartford ss. Robert L. Rane , Tenior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Compariies by himself as a duly authorized officer. .•• p ,�jp�.� IN WITNE55 WHEREOF, I hereunto set my hand and official seal. '�"K'" ;r'••. ,�L�G�:iG�G' My Commission expires the 30th day of June, 2026 �� ;'��*Y �=: �� � i PuG.�c r �{. a Anna P. Nowik, Notary Public ,�'�Ya� �T��a•+'d This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of fhe Companies, which resolutions are now in fuil force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Uce President, any Vice President, any Second Vice President, the Treasurer, any As:�istant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and f\gents to act for and on behalf of the Coru�pany and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's rrame and seal with �he Company's seai bonds, recognizances, contracts of indemnity, and other writings obiigatory in the nature of a bond, recognizance, or condition�l undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or F�er; and it is FURTHER RESOLVED, that the Chairman, the President, siny Vice Chairman, any Executive Vice President, any Senior Vice President or any Uce President may delegate all or any part of the forec�oing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed 6n the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the: Company when (a) signed by the President, any Vice Chairman, any Executive Uce President, any Senior vce President or any Uce Pre:�ident, any Second Vice Presiderit, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or mixe Attorneys-in-Fact and �yents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vce President, any Senior Vice President, any Uce President, any Assistant Vice President, any Secretary� any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile sea) shall be vafid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 31st day of October , 2024 ��R�7y JP�tY ANp .�i �� �f �rp U� S`9m'`. ,!' 'k' �i �tuRr�r� � � H;.�rFOAo, � �` o�o�uit� ���CIN'iY. J, �a� w CONN. n +y � �'';'4- yb E'�O � V9� bt F�y� � j� � M4� —. s.�.�s � ;. ��: � - ` � �'.1Nµ• w' � . .` ',ti� . -,_. i[L �/�"'� l • Kevin E. Hughes, Assi tant Secretary To verify the autheniicity of this PawerafAttomey, ptease caJ/ ras at 1 800-411-3880. P/ease refer to the above-named Aitomey(s)-in-Facta,nd the detai/s of the bond to which this PowerofAttomey is attached, 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page t of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount �ower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresidenYs principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: Solitl Bridge Construct;�:��� 3104 Interstate 45 Soii�!; New Waverly, TX 7135F� 936-435-0700 �� By: '� i a��5 1�'�"^''S — � � --- (Signature) Title: 1,��'C� '�R-5`�� "� -� Date: IU -`> V— ZU Z�� END OF SECT[ON CIIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 9/30/2021 00 41 00 Bid Proposal Workbool�,Updatetl.xlsx 00 45 11 - 1 BIDDERS PREQUALIFICATIONS Page 1 of 3 CITY OF FORT WORTH VCWRF BIOSOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. A Bidder or their designated subcontractors are required to be prequalified or have applied for prequalification by the City for the work types requiring prequalification prior to submitting bids. To be considered for award of contract the Bidder must submit Section 00 45 12, PREQUALIFICATION STATEMENT for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, PREQUALIFICATION APPLICATION in accordance with the requirements below. The information must be submitted thirty (30) days prior to the date of the opening of bids. Subcontractors must follow the same timelines as contractors for obtaining prequalification review. Bidders or Subcontractors who are not prequalified at the time bids are opened and reviewed may cause the bid to be rejected. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. For example, a contractor wishing to submit bids on projects to be opened on the 3rd of October must file the information by the 3rd of September in order to eligible to work on these projects. In order to facilitate the approval of a Bidder’s Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm’s organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, and Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm’s Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm’s e-mail address and fax number. (3) The firm’s DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. 00 45 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 CITY OF FORT WORTH VCWRF BIOSOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant’s opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm’s opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor’s bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets – current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date falls within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of “None” or “N/A” should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. (4) Bidder must provide documentation and references showing project experience grading and constructing structures in riverine environments using natural and native materials. This includes direct experience handling and using materials proposed by this project. (5) Bidder must provide documentation and references showing a history of two (2) successful bank stabilization and/or stream restoration projects complete within the last five (5) years. 00 45 11 - 3 BIDDERS PREQUALIFICATIONS Page 3 of 3 CITY OF FORT WORTH VCWRF BIOSOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 (6) Bidder must demonstrate competent experience in successful establishment of native vegetation. This may include experience with soil fertility testing and planting site preparation. (7) Bidder must be able and willing to perform adaptive management to repair and/or replace features within the project area for the duration of the post-construction monitoring period, as deemed necessary by the City. (8) Bidder must provide evidence of understanding of environmental and safety regulations, guidelines, and requirements associated with this project. (9) Bidder must demonstrate the ability to dewater and/or work within aquatic/river environments. (10) Bidder must provide evidence of understanding of the Texas Historical Commission’s requirement for on-site monitoring as shown on the plan set. Monitoring support will be provided for five consecutive working days only. Bidder must agree to providing twelve business days advanced notice prior to working within monitoring area. 3. Eligibility for Award of Contract a. The City shall be the sole judge as to a contractor’s prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. d. If a contractor has a valid prequalification letter, the contractor will be eligible to perform the prequalified work types until the expiration date stated in the letter. END OF SECTION 00 45 12 PREQUALIFICATION STATEMENT Page 1 of 1 SECTION 00 4512 PREQUALIFICATION ST�4TEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Stream bank stabilization using bioengineered or stream Solid Bridge Constr�ciion 9/2�/2024 restoration principals. Native vegetation establisment, including temporary irrigation Solid Bridge Construction �f27/24�2� systems and care of plantings. Environmental and safety regulations and guidelines Solid Bridg� �onstru��ie� 9I27/2024 associated with the project. Performance of adaptive management within the post- SOIICI SfICI�@ GOi9St1"UC$i�il 9/27/2024 construction monitoring period. utility location and protection. SOlid �iidg� C0�1�$rUCtlOf� 9/27/2024 Geotechnical Exploration. SOIId �1'IdCj@ COIIStI'UCtIOYi 9I27/2024 Geotechnical Exploration. SOIICI Bildg� C011S�i1lCt1011 9/27/2024 0 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: � �' � � �;� �,���� ���.�� sy: �� � ��,..�_ - - � ���� (Signature) Title: T�aVfS �I�f i�9�, ilice Pr�sident �ate: ��25/2024 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 09/30/2021 OD 41 00 Bid Proposal Workbook Updated.xlsx SECTION 00 45 13 PREQUALIFICATION APPLICATION Date of Balance Sheet , Mark only one: Individual Limited Partnership General Partnership Name under which you wish to qualify Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code ( ) ( ) Telephone Fax Email DUNS No. (if applicable) Email/mail this questionnaire along with financial statements to the appropriate group below. A separate submittal is required for water/sewer, paving, and lighting: Work Category – Water Dept - Water/sewer Work Category – TPW Paving Work Category – TPW Ped/Rdwy Lighting john.kasavich@FortWorthTexas.gov TPW_Prequalification@fortworthtexas.gov clint.hoover@fortworthtexas.gov Texas Taxpayer Identification No. Federal Employers Identification No. December 31, 2023 Solid Bridge Construction 3104 Interstate 45 South New Waverly Texas 77358 936 435-0700 travis@solidbridgeconstruction.comnone 81-0625605 3104 Interstate 45 South New Waverly Texas 77358 142345987 x 18106256052 00 45 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 Fort Worth Water Department Engineering and Fiscal Services Division 200 Texas St. Fort Worth, TX 76102 City of Fort Worth Transportation and Public Works Dept. 3741 SW Loop 820, Fort Worth, TX 76133 Attn: Alicia Garcia City of Fort Worth TPW Transportation Management Attn: Clint Hoover, P.E. 5001 James Ave. Fort Worth, TX 76115 *Financial Statements must be mailed. Mark the envelope: “Bidder Prequalification Application” 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. Select major work categories for which you would like to be prequalified (City may deem you are not qualified for selected category or may approve you at a lesser size/length and maximum size may not be listed specifically under a major work category): 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 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 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 MAJOR WORK CATEGORIES, CONTINUED □ CCTV, 42-inches and smaller □ CCTV, 48-inches and smaller □ 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-inches and smaller □ Sewer Pipe Enlargement 12-inches and smaller □ Sewer Pipe Enlargement 24-inches and smaller □ Sewer Pipe Enlargement, All Sizes □ Sewer Cleaning , 24-inches and smaller □ Sewer Cleaning , 42-inches and smaller □ Sewer Cleaning , All Sizes □ Sewer Cleaning, 8-inches and smaller □ Sewer Cleaning, 12-inches and smaller □ Sewer Siphons 12-inches or less □ Sewer Siphons 24-inches or less □ Sewer Siphons 42-inches or less □ Sewer Siphons All Sizes □ Streambank Stabilization Using Bioengineered or Stream Restoration Principles □ Native Vegetation Establishment, Including Temporary Irrigation Systems and Care of Plantings □ Environmental and Safety Regulations and guidelines associated with the project. □ Performance of Adaptive Management Within the Post-Construction Monitoring Period. □ Utility Location and Protection □ Dewatering or Construction Within Aquatic and Riverine Environments □ Geotechnical Exploration 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 (UNDER $1,000,000) □ Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) □ Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards)* Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER)* Roadway and Pedestrian Lighting NOTE *There is not a prequalification requirement for installation of concrete sidewalk, curb & gutter, driveways, and panel replacement, only on concrete street / ROW paving 1. List equipment you do not own but which is available by renting 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 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 names: 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- COUNTYSTATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 21 years n/a 21 years no no see attached equipment list see attached completed jobs list 00 45 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 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. 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. 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 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 no n/a no n/a Arcosa Central Texas Stone & Aggregate Aggregate Haulers Ameritex Vance Bridges Owner/President 25 Heavy civil Project Management Project Management Project Management Heavy civil17Vice PresidentTravis Hanus 10Sr. Project Manager Sr. Project Manager 12 Project Management Mitch McMillian Skyler Jankowiak Heavy civil Heavy civil Heavy civilProject ManagerCodey Winston Project Management9 Shea Aucoin Sr. Superintendent 11 Civil/Vertical Field Engineer 500 N Akard St. Suite 400. Dallas, TX 75201 875 Co Rd 239, Florence, TX 76527 1775 Farm to Market 1489, Brookshire, TX 77423 4001 E U.S. Hwy 90 #90e, Seguin, TX 78155 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer 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 n/a 7/23/2003 Vance Bridges Travis Hanus Mitchell Patterson Clay Collins 00 45 13 - 8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 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. 14. Equipment $_______________ 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. ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 3,000,000 see attached equipment list 00 45 13 - 9 BIDDER PREQUALIFICATION APPLICATION Page 9 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL see attached equipment list 00 45 13 -10 BIDDER PREQUALIFICATION APPLICATION Page 10 of 10 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF��C���TY O�falker OF The undersigned hereby declares that the foregoing is a true statement of the financial eondition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. Travis Fianus , being duly sworn, deposes and says that he/she is the Vice President of Sc�iid �b���ge ��nsfructi�� , the entity described in and which execLtted 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. F�Name: Soitd �rmdge Gonstr�cti�n ��/ Signature: ( _- Sworn to before me this ��'�h day of �p���b��° 2024 ,.- / 1,.�-- , Notary Public `���PY�p�I��� MITy �-� PATTERSQN �z'�P•"'• °•%Notar Public, State of Texas :' y 1 Q-2025 :ay;;,�"Q� Comm• Expires o2- '�:''FOF�``: Notary ID 13292.2202 '�nn u��` .... :..R.; , Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 Point of Contact: Travis Hanus Address: 3104 Interstate 45 South, New Waverly, TX 77358 936-435-0700 office@solidbridgeconstruction.com Form of Business: Corporation State of Registration: Texas Years in Existence: 21 years Team Structure (for this project): Owner and President of Solid Bridge Construction: Vance Bridges Project Manager/Vice President: Travis Hanus • Bachelor’s Degree in Business Administration from Sam Houston State University • 5 years as Superintendent for Solid Bridge Construction • 5 years as Vice President and Project Manager for Solid Bridge Construction • 10 years as chief estimator for Solid Bridge Construction Superintendent: Skyler Jankowiak • Bachelor’s Degree in Industrial Distribution and Engineering, Texas A&M • 7 years as Superintendent and Project Manager for Solid Bridge Construction • 4 years as Project Engineer for Kiewit • Over 50 construction projects completed in career. Assistant Project Manager: Mitchell Patterson • Bachelor’s Degree in Finance from University of Mary Hardin-Baylor • 3 years as Estimator, Assistant Project Manager and Contract Administrator for Solid Bridge Construction Dozers2 John Deere with Trimble1T0700JXLBD203028700J20113 John Deere with Trimble1T0750KXCEE268898750K20154 John Deere with TrimbleTO850CX944625850C20035 John DeereT0850JX127073850J20066 John Deere with TrimbleLU950JX009417950 J20077 John Deere with TrimbleLU1050J0099061050 J 20088 John Deere  LU1050J0105061050 J 20099 John DeereLU1050C0060241050C 200310 Liebherr with TrimblePR716142316281PR716 LGP 201811 Liebherr with TrimblePR72475513722PR724 LGP 2014Scraper Tractors 1 John DeereRW8760H003727876020002 John Deere1RW9460RHEE0122499460R 20143 John Deere1RW9530ECB002867953020084 John Deere1RW9530ECBE025582953020125 John Deere1RW9510RLCE0037259510R 20126 John Deere1RW9560RCCE0033409560R 20127 John Deere1RW9560RLCE0066239560R 2013Scraper Tractor Pans1 Reynolds Water Pan17 Yard20002 Reynolds Water Pan17 Yard 20003 Reynolds2960617 Yard 20004 Reynolds2908617 Yard 20005 Reynolds LGP17 Yard 20086 Reynolds LGP17 Yard 20087 John Deere1810E8 John DeereT81810E0603361810E 20069 John Deere1T81810ELD01208561810E 201310 John DeereT81814E0501541814E 200611 John DeereT81814E0602271814E 2006Equipment Owned 12 John Deere1T82112EKE1209712112E 201413 John Deere1T82112EAE01209582112E 201414 Land All DragBlade201015 Rome DragGK12‐102Blade2016Excavators1 Caterpillar with TrimbleCAT0329EAZCD00532329E20142 Volvo314486EC140E 20214 John Deere with Thumb1FF135FCLEE400506135G20145 John Deere Amphibious1FF210GXPDE521717210G20146 John Deere with Thumb1FF245GXEGF800132245G20177 John Deere with ThumbFF240DX605330240D20068 John Deere with ThumbFF270DX703075270D2010John Deere1FF300GXJDF710002300G20139 John DeereFF330CX804677330C200510 John Deere with ThumbFF350DX806324350D2008John Deere 1FF350GXPHF811884350G201711 John Deere with Trimble1FF350GXKEF810490350G201512 John Deere with Q Coupler1FF470GXHEE4710873470G201513 John Deere1FF470GXHEE471033470G2015Wheel Loaders1 John Deere Bucket & Forks1DW544KZTB0635207544k20112 John Deere Bucket & ForksDW624JH594779624J20043 Case Skip LoaderJJG03021505702005Motor Graders1 John Deere with TrimbleDW672DX608155672D2006Water Trucks & Water Tower1 LMTV Army TruckA‐T007203BCLFLMTV 1997 2 Oshkosh Fire Truck 10TDK8Z18WS064592 T‐3000 19983 Interpipe Tower Trailer 10K Gal 2010Heavy Haul & Dump Trucks1 Kenworth Dump Truck 1XKDDA9X5 HS501367 T‐800 19872 Kenworth Heavy Haul 3WKDDB0X17F196123 T‐800B 20073 Kenworth Heavy Haul 1XKDPBTX2 8J223684 T‐800B 20084 Peterbilt Belly Dump 1XPVD79XXBD130249 384 20085 Peterbilt Belly Dump 1XPVDU9X2 9D789158 384 20096 Peterbilt Belly Dump 1XPVD09X6AD107296 384 20107 Peterbilt Belly Dump 1XPHDP9X1DD187052 386 20138 GMC Mechanical Truck 1GDJ7J1C33F503940 C7500 20039 GMC Mechanical Truck 1GTHK39D87E109887 3500 200710 Dodge Work Truck 3D7KU28693G738547 2500 200311 Dodge Work Truck 1D7KS28C06J162474 2500 200612 Dodge Work Truck 3D7KU28C64G128788 2500 200413 Dodge Work Truck 3D7MX49C06G270003 3500 200614 Dodge Work Truck 3C7WDTCL3CG121243 3500 2012TrailersTrail King 110 Heavy Haul 1TKR005840FM057298 55 Ton 20151 Pitts 55 Ton Heavy Haul 5JYLB553X DP130051 55 Ton 20122 Landoll Heavy Haul 25 Ton 19803 CPS Belly Dump 5MC1116279PO10092 22 CY 20094 Manic Belly Dump 5MC424016D3134981 22 CY 20135 CPS Belly Dump 5MC424019K3182553 22 CY 20196 CPS Belly Dump 5MC424010K3182554 22 CY 20197 20' Dump Trailer 10 Ton 20058 20' Husky Equipment Trailer 59JT1LT24GD596104 8 Ton 20169 20' Big Tex Equipment Trailer 8 Ton 202010 22' Big Tex Equipment Trailer 8 Ton 2020Tractors With Seeding Equipment 1 Kubota Seeding Tractor 3840 20122 Kubota Seeding Tractor 66593 M9000 20053 Land Pride Seed Drill 575866 CR2572 20204 Land Pride Batwing Mower LP15 20205 Grun SB7‐T Straw Blower6 Lay‐Mor SM400 Broom 34287 SM400 2013Mobile Get Set & Mobile Offices1 Kohler Mobile Gen Set 25 KW 20132 Kohler Mobile Gen Set 2009161 60 KW 2004 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner New Quest PropEngineerMichael F.A. MazzolaCobbFendley 713-462-3242Project ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Antwoin EvansSBC 281-760-8826antwoindevans.1989@gmail.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerMark W. AdamsBleyl & Associates 936-441-7833Project ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerRon DechertCostello, Inc. 713-783-7788Project ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Mitch McMillianSBC 936-435-0700mitch@solidbridgeconstruction.com19-500 Kingwood Parc Storm Sewer Trunk & DetentionNew Quest Properties1200 Feet of 72" RCP & 60,0000 CY Detention$1.2 Million5/8/20204/30/2021Emergency stream bank stabilization of the Brazos River$6,720,400Fort Bend County Mud NO. 140Brazos River StabilizationBig Rivers Water ParkGrand TexasFull Construction of a Water Park$16.2 Million6/1/2019 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerJonny GreenBleyl Engineering 936-441-7833Project ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Skyler JankowiakSBC 281-414-8028skyler@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Grand PrairieEngineerStephen B. CrawfordHalff Engineering 214-201-1270Project ManagerJessie SealeSBC 936-662-4423jessie@solidbridgeconstruction.comProject Superintendent Antwoin EvansSBCantwoindevans.1989@gmail.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerJames F. OwensGLS Engineering 936-637-4900Project ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Mitchel McMillianSBC 936-661-0546mitch@solidbridgeconstruction.com20-524 Lynn Creek Park City of Grand PrairiePark Improvements with Sheet Pile and Rip Rap$400,000Polk County20-519 KOA Lift Station Stanley Lake MUDConstruction of a Turn Key Lift Station$600,0007/10/2020Rip Rap Erosion Protection Along Trinity River$468,0007/17/202020-527 Polk County Erosion Control Improvements SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerWilliam E. GasqueCivil Design SolutionsProject ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Jacob WeingradSBCProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerKyle A. BertrandGunda Corporation Engineers713-541-3530Project ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Mitchel McMillianSBC 936-661-0546mitch@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerDaniel A. DotsonFittz & Shipman, Inc. 409-832-7303Project ManagerJessie SealeSBC 936-662-4423jessie@solidbridgeconstruction.comProject Superintendent Renovation to Down Town Huntsville SidewalksStructural Repairs To A Bridge$619,0003/15/20198/10/2020Spindletop FlumeLower Neches Valley Authority$280,000City of HuntsvilleClearing & Earthwork for a RV Park$177,0007/10/202020-528 Willis RV ResortHorizon Land Development, LLC20-531 CDBG Sidewalk and Lighting Improvements SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerRon SaikowskiQuest Engineering 713-252-3729rsaikowski@comcast.netProject ManagerCarl Frantzen SBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerBrandon GuilloryKimberly Horn 281-597-9300Project ManagerSkyler JankowiakSBC 281-414-8028skyler@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerAustin LoveBleyl & Associates 979-265-1125Project ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Advantage Mobile Home Park -- Phase II Cleveland, TXTran Hung Quang & Catherine TNCivil Construction for a Apartment Complex$1.2 MillionConstruction of a Mobile Home Park$365,0002/20/2017Aspen Heights75 Properties, Inc. Earthwork for a Apartment Complex$177,0006/26/20178/15/2019City Place Public UtilitiesMercan City Place Development, LLC SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerRoddy J. WilliamsStrand Associates, INC979-836-7937Project ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Mitchel McMillianSBC 936-661-0546mitch@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerRoddy J. WilliamsStrand Associates, INC 979-836-7937Project ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Mitchel McMillianSBC 936-661-0546mitch@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerChristopher B. AylorKSA 903-581-8141Project ManagerJessie SealeSBC 936-662-4423jessie@solidbridgeconstruction.comProject Superintendent 20-510 Hohlt Park Stream Restoration City of BrenhamCity of BrenhamStorm System Improvements$371,0004/6/202020-511 Jackson Street Storm DamageCity of BrenhamStorm System Improvements$187,0004/6/2020Ashmore Drainage ChannelCity of TylerConstruction of a Concrete Box Flume$1.7 Million SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerRoddy J. WilliamsStrand Associates, INC979-836-7937Project ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Mitchel McMillianSBC 936-661-0546mitch@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerRon SaikowskiQuest Engineering 713-252-3729rsaikowski@comcast.netProject ManagerVance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Travis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerPAPE-DAWSON Engineers 713-428-2400Project ManagerVance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Carl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comBrenham Louanna DrainageCity of BrenhamStorm System Improvements$292,000$3 MillionChase Run DetentionLGI HomesConstruction of a Detention Pond$304,937Canyon Creek Section 3Vance BridgesConstruction of a Residential Neighborhood3/1/2020 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Bill Daugette Walker Co 936-295-7899EngineerJonny GreenBleyl Engineering 936-441-7831Project ManagerTravis Hanus SBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Jacob WeingradSBCProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerJ.M.F. NELO's Design StudioProject ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerProject ManagerProject Superintendent Walker County Box CulvertWalker County8' x 8' Box Culvert Installations$447,00010/18/20191303 Bama La VaquitaLa VaquitaConstruction of a Resturant1.2 Million SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerMark W. Todd ArchitectsPatrick Carrigan (281) 363-2593Project ManagerSkyler JankowiakSBC 936-435-0700skyler@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerRon DechertCostello, Inc. 713-783-7788Project ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Mitch McMillianSBC 936-435-0700mitch@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerProject ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Yippee Store #1 in ConroeDhukani Holdings, LLCConstruction of a Gas Station$1,697,0005/5/2021Brazos River StabilizationFort Bend County Mud NO. 140Emergency stream bank stabilization of the Brazos River$6,720,4004/30/2021HCMUD 321 & 406 Detention PondsHCMUD 321 & 406 c/o District Data Services, IncConstruction of Detention Ponds & Export$1,648,04010/15/2021 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerWilliam GasqueCivil Design Solutions, LLC 602-214-4854Project ManagerTravis Hanus SBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Skyler JankowiakSBC 936-435-0700skyler@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Engineer Ron SaikowskiQuest Engineering 713-252-3729Project ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Codey WinstonSBC 936-577-5299codey@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerWilliam GasqueCivil Design Solutions, LLC 602-214-4854Project ManagerTravis Hanus SBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Skyler JankowiakSBC 936-435-0700skyler@solidbridgeconstruction.comWillis RV Storm System Star Road Builders LLC.Storm System for a RV Park$325,3409/15/2021Arbor Pines Paving, Drainage, & Utilities Questar Construction LP Construction of a Neighborhood$864,737.795/15/2022Willis RV CulvertsStar Road BuildersConstruction of Large 60" Culvert Crossing$370,2005/1/2022 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerAndrew Miller Bleyl Engineering 936-441-7833amiller@bleylengineering.comProject ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Shea AucoinSBC 832-257-7220shea@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerGregory Patch LJA Engineering, Inc. 713.380.4495gpatch@lja.comProject ManagerVance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Shea AucoinSBC 979-820-2222carl@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineer Michael FaucheuxBleyl Engineering 936-441-7833 mfaucheux@bleylengineering.comProject ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Mitch McMillianSBC 936-435-0700mitch@solidbridgeconstruction.com Holly Hill Park City of Shenandoah$411,8669/15/2022 Storm Drainage Along Speed Street Palmetto Commercial Palmetto Apex Real Estate Fund, LP on behalf of East Montgomery County Municipal Utility District No. 4$342,3061/15/2023Thousand Trails Phase 4 & 5 MHC TT, L.P$3,338,8102/15/2023 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Key Project Personnel Name Organization Telephone Email Owner EngineerRodney Wolfe Freese & Nichols 468-652-9809Project ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Mitch McMillianSBC 936-435-0700mitch@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Key Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerSean Killam Spear Point Engineering, LLCProject ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Carl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Key Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerSabrina Armstrong Costello, Inc. 713.783.7788sarmstrong@costelloinc.comProject ManagerCarl FrantzenSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Carl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comF.B.C.M.U.D. 140 Southern Flood Protection Berm Fort Bend County Municipal Utility District No. 140 c/o The Muller Law Group, PLLC$779,459 Emergency repair to main stem pump station$6,016,180Clearing, Grubbing, and Mass Grading for Montgomery Oaks Sections 3 and 4 Montgomery County MUD No. 138 and Meritage Homes of Texas$1,025,994 Trinity River Main Stem Pump Station Bank Stabilization North Texas Municipal Water District SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Rodney WolfeTRA 469-652-9809rwolfe@ntmwd.comEngineerMark IckertFreese Nicholsmai@freese.comProject ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Mitch McMillianSBC 936-661-0546mitch@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerJames R. CrowderSchnabel Engineering 770-781-8003Project ManagerVance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Carl FrantzenSBC 979-820-2222Carl@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerMatt Koziol, PESchnabel Engineering 770-781-8003Project ManagerVance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Carl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.com21-Trinity Main Stem Pump Bank StabilizationTrinity River AsscoationSteel Pile Install at Raw Water Intake6.2 Million5/1/202320-517 Chambers Creek 79AChambers Creek WatershedRehabilitation of Watershed Dam$1.3 Million10/20/202020-516 Chambers Creek 23Chambers Creek WatershedRehabilitation of Watershed Dam$940,00010/20/2020 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Engineer Dawn Pilcher, PE LJA Engineering, Inc. (409) 284-8581dpilcher@lja.comInspectorPaul WestArdurra 951-287-0396pwest@ardurra.comProject ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerDavid P. Kelly IIDPK Engineering 281-300-1869Project ManagerMitchel McMillianSBC 936-661-0546mitch@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Grand TexasEngineerRon SaikowskiQuest Engineering 713-252-3729rsaikowski@comcast.netProject ManagerCarl Frantzen SBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent GCWA Canal System Restoration Project Site Group IVClearview Estates SubdivisionClearlake Asset ManagementCivil Construction for a SubdivisionGulf Coast Water Authoritycanal system restoration$2,013,5636/17/2022$2.3 Million2/6/2021$2.6 Million8/1/2019Grand Texas Storage UnitsGrand Timber CompanyTurn Key Construction of a Storage Facility SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Harris Co FloodEngineerJason BrockHCFCD 346-286-4000Project ManagerCarl Frantzen SBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Jacob WeingradSBCProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerRon SaikowskiQuest Engineering 713-252-3729rsaikowski@comcast.netProject ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email EngineerDaniel Adam CrumpA&S Engineering, Inc. 713-942-2700Project ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Construction Flood Channel City of HoustonBen's BranchHarris County Flood Control $2 Million7/19/2020Canyon Creek Section 4$476,00012/21/2017Vance BridgesConstruction of a Sub Division$1.5 Million5/2/2022CNP Utility District Proposed 8" Water and Detention Pon to Serve N 45 Commerce Park -- Phase 1 Urban 45, LP on Behalf of CNP Utility DistrictUtilizes and Detention SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerGlenn JonesJ4 Engineering 979-739-0567Project ManagerSkyler JankowiakSBC 281-414-8028skyler@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerMark W. AdamBleyl & Associates 936-441-7833Project ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerRon SaikowskiQuest Engineering 713-252-3729rsaikowski@comcast.netProject ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Cole StoreBV Diamond Jubilee LLCConstruction of a Gas Station$1.4 Million11/13/2017East Mont WWTP Site ImprovementsConstruction of Site for A Waste Water Plant$216,0009/7/2016Gullo Toyota ConroeGullo ToyotaTxDot Box Culverts Installed and 30,000 CY Detention$882,0005/2/2018GT Operating Incorporated SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerJeffery M. BishopJones & Carter 281-363-4039Project ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerPaul E. MalekConstantin Barbu 979-575-7310Project ManagerVance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Skyler JankowiakSBC 281-414-8028skyler@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerRoddy J. WilliamsStrand Associates, INC979-836-7937Project ManagerJessie SealeSBC 936-662-4423jessie@solidbridgeconstruction.comProject Superintendent City of Montgomery-FEMA Atkins Creek $1.2 Million8/22/2018Brenham 2017 Wastewater Treatment Plant Storm Damage RepairsCity of BrenhamEmergency Repair To a Creek with 60' Long Sheet Pile$1.4 Million12/4/2019City of MontgomeryRiver Crossing with Pile Driver For Sewer & Water$290,0002/4/2020Barracks MarketHoly Five Investments LLCConstruction of Gas Station SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerCara LeuckWeaver Consultant Group 574-271-2921Project ManagerSkyler JankowiakSBC 281-414-8028skyler@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerWillian T. SmootOwed Engineering 904-223-9773Project ManagerVance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Travis HanusSBC 832-465-7424travis@solidbridgeconstruction.comFastenal West HoustonFastenal CompanyConstruction Free Standing Fastenal Store$848,00011/13/2019Texas Gator BayouGrand TexasConstruction of a Amusement Park$3.3 Million5/5/2019 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerJulia M. HorieCostello, INCProject ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Mitchel McMillianSBC 936-661-0546mitch@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerAlireza GhodsiRigid Global Buildings 281-443-9065Project ManagerSkyler JankowiakSBC 281-414-8028skyler@solidbridgeconstruction.comProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerMichael R. McCluingRPS Klotz Associates 281-589-7257Project ManagerVance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Jessie SealeSBC 936-662-4423jessie@solidbridgeconstruction.comOutfall Channel Repairs at Spring TrailsMontgomery Co MUD 94Installation of Rip Rap for Erosion Control$298,0004/12/2018Tomball Medical ComplexCardiology Ventures, Ltd.Construction of a Medical Building$1.4 Million7/1/2019Town Creek Drainage -- Phase 1City of HuntsvilleLarge Culvert Drainage Improvements $1.4 Million12/14/2016 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerLogan AndrepontStrand Associates, Inc. 979-836-7937 Logan.Andrepont@strand.com Project ManagerTravis Hanus SBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Skyler JankowiakSBC 936-435-0700skyler@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Engineer Colton Morgan Kimley-Horn (281) 475-2819 colton.morgan@kimley-horn.comProject ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Mitch McMillianSBC 936-435-0700mitch@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Engineer Ken Walker Bleyl Engineering 936-441-7833kwalker@bleylengineering.comProject ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent City of Brenham Ralston Creek Lift Station ElevationCity of BrenhamLift Station Rehabilitation$356,9358/1/2021Thousand Trails Colorado River RV MHC TT, L.P. - C/O Equity LifeStyle Properties, Inc.Construction of a RV Park$4,614,492.293/1/2022 Old Kentucky Farms Section 2 Hallmark DevelopmentCivil Construction For A Sub Division$552,01612/30/2021 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Engineer Lance k. Mcledd Kimley‐Horn and Assoc.281-597-9300lmcledd@sjra.netProject ManagerTravis Hanus SBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Skyler JankowiakSBC 936-435-0700skyler@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner EngineerClark Condon LJA Engineering 713-871-1414akonyha@clarkcondon.comProject ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Shea AucoinSBC 832-257-7220shea@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Michael Hoffman Equity LifeStyle Properties, Inc480-761-6373michael_hoffman@equitylifestyle.comEngineer Michael FaucheuxBleyl Engineering 936-441-7833 mfaucheux@bleylengineering.comProject ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Mitch McMillianSBC 936-435-0700mitch@solidbridgeconstruction.com SJRA Lift Station No. 13 Rehabilitation San Jacinto River Authority lift station rehab$1,532,87412/15/2022 The Woodlands Hills Phase V Entries and Landscape HF Holding Company, LLC$449,6392/15/2023Thousand Trails Phase 4 & 5 MHC TT, L.P$3,338,8102/15/2023 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Engineer Dawn Pilcher, PE LJA Engineering, Inc. (409) 284-8581dpilcher@lja.comInspectorPaul WestArdurra 951-287-0396pwest@ardurra.comProject ManagerCarl FrantzenSBC 979-820-2222carl@solidbridgeconstruction.comProject Superintendent Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerProject ManagerProject Superintendent Project NameProject OwnerGeneral Description of Project Project Cost Date CompletedKey Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerProject ManagerGCWA Canal System Restoration Project Site Group IVGulf Coast Water Authoritycanal system restoration$2,013,5636/17/2022 SOLID BRIDGE CONSTRUCTION 3104 Interstate 45 SouthNew Waverly, TX 77358 Commerical Development936-435-0700 Office9/25/2024Project NameProject OwnerGeneral Description of Project Project Cost Key Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineer SERGIO VAN DUSEN Vogt Engineering, L.P. 281-651-2976 svandusen@vogtengineering.comProject ManagerTravis HanusSBC 832-465-7424travis@solidbridgeconstruction.comProject Superintendent Skyler JankowiakSBC 281-414-8028skyler@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Key Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerKayla WilliamsIDS Engineering Group 713-462-3178Project ManagerCarl FrantzenSBC 936-581-1345vance@solidbridgeconstruction.comProject Superintendent Skyler JankowiakSBC 281-414-8028skyler@solidbridgeconstruction.comProject NameProject OwnerGeneral Description of Project Project Cost Key Project Personnel Name Organization Telephone Email Owner Vance BridgesSBC 936-581-1345vance@solidbridgeconstruction.comEngineerChristopher LeBlanc LJA Engineering, Inc. 713-953-5200 cleblanc@lja.comProject ManagerTravis HanusSBC 936-435-0700travis@solidbridgeconstruction.comProject Superintendent Codey WinstonSBC 936-577-5299codey@solidbridgeconstruction.com Rayford Crossing RV MHC Land HoldingsLLC$6,233,242 Detention and PumpStation The Enclave at the Woodlands TOLL SOUTHWEST, LLC AND TRENDMAKER HOMES, INC.$3,307,499 Artavia Astaire Parkway Culvert BridgeMontgomery County MUD No. 111$1,965,535 Prequalification Documentation VCWRF Bio Solids Facility Bank Stabilization 3104 Interstate 45 South New Waverly, TX 77358 936-435-0700 Trinity River Lock & Dam No. 7 Owner: North Texas Municipal Water District Rodney Wolfe– NTMWD Construction Inspector 2, 469-652-9809, rwolfe@ntmwd.com Engineer: Freese and Nichols, Mark Ickert, 817-735-7229 -MSE soil stabilization bags with bare root saplings and native grass germination -Temp irrigation -Deep riverine environment -38,000 tons of stone rip rap -Planting of 5,586 bare root saplings -Planting of native grasses by means of hydroseed Amount $6,248,530 Date Completed Duration 16 months 7/2023 a. Stream bank stabilization using bioengineered or stream restoration principles Artavia Astaire Parkway Culvert Bridge Owner: Airia Development Co. and MCMUD 111 20333 State Highway 249, Suite 600 Houston, Texas 77070 (281)809-7800 Engineer: LJA Engineering, Inc., Christopher LeBlanc, 713-953-5200 Amount $1,865,112.70 Date Completed 11/2023Duration 11 months b. Native vegetation establishment, including temporary irrigation systems and care of plantings -Heavy de-watering and flood control structures -Working in a Kinder / Morgan right away -Native grasses with temp irrigation -2,000 acre watershed drained through flood control structure Plum Creek Watershed Site 10 Rehabilitation Owner: PLUM CREEK CONSERVATION DISTRICT Agency: NRCS (Natural Resources Conservation Service) Engineer: M&E Consultants, Trent Street, tstreet@mande-pe.com P.O. Box 9 Heidenheimer, TX 76533 -NRCS dam rehabilitation -installation of new concrete primary and auxiliary spillway -20,000 cubic yards of lime-treated earth fill dam reconstruction -5,000 tons of rip-rap armored shoring -2 years of dewatering and flood control management -Heavy federal regulation and oversite -Pumping, coffer dam, temporary bypass drainage structures Amount Duration 10/2023Date Completed 24 Months $5,000,000 c. Environmental and safety regulations and guidelines associated with the project d. Performance of adaptive management within the post-construction monitoring period f. Dewatering or construction within aquatic and riverine environments Chambers Creek Dam Reconstruction Tom Sulak 1822 FM 66 Suite 102 Waxahachie, TX 75167 972-921-0054 tom.sulak@co.ellis.tx.us -2 dam sites restoration -25,000 yards lime treated earth fill on dam reconstruction -3,000 yards of rip rap armored dam installed -landscape seeding and Temp irrigation installation -Heavy de-watering in watershed Amount $2,200,000 Date Completed 10/2020 Duration 9 months b. Native vegetation establishment, including temporary irrigation systems and care ofplantings d. Performance of adaptive management within the post-construction monitoring period Lake Conroe Aqua Dredging Project Mulberry Farms Lift Station Project Additional De-Watering Photos - Heavy groundwater infiltration - Wellpointing - Sanitary sewer lift station complete and functional Brazos River Stabilization Owner: Fort Bend County Mud NO. 140 Agency: US Army Corps of Engineers, Funded by NRCS. FEMA, Army Corps, Texas Historical Commission, Brazos River Authority, Fort Bend County Flood Control Engineer: Costello, Inc., Ron Dechert, 713-783-7788 -Emergency stream bank stabilization of the Brazos River -68,000 tons of rip rap , 1 mile of bank stabilization -Texas Historical battle site within construction boundaries. We recognized the on-site monitoring needed for the VCWRF Biosolids Facility project -180 day contract substantially completed in 105 days Amount $6,720,400 Date Completed 4/30/2021 Duration 7 months a. Stream bank stabilization using bioengineered or stream restoration principles f. Dewatering or construction within aquatic and riverine environments Intercontinental Waterline & Detention Pond No. 2 Owner: Eastveld Property Owner, LLC on behalf of Intercontinental Crossing Municipal Utility District Engineer: Jones Engineering Solutions, LLC, James Jones, jamesjones@jonesengineeringsolutions.com 281-507-5271 -Stormwater bores under several high pressure jet fuel lines servicing IAH George Bush Intercontinental Airport -Heavy regulation and oversite -Ground water Amount $1,377,659 Date Duration 10 months 10/2024 e. Utility location and protection East Pond Siphon Owner: City of Shenandoah Engineer: Bleyl Engineering, Ken Walker, 936-441-7833 -Strom water siphon/bore under high pressure 30" Natural gas pipeline -Heavy ground water -Heavy regulation and supervision Amount $192,925 Date Completed Duration 3 months 11/2021 e. Utility location and protection Polk County Trinity River Erosion Amount $468,000 Date Completed Duration 2/2020 4 Months Owner: Polk County, 101 West Church Street, Suite 300 Livingston, TX 77351 936-327-6813 Agency: NRCS Engineer: GLS, 903-581-3805 a. Stream bank stabilization using bioengineered or stream restoration principles f. Dewatering or construction within aquatic and riverine environments -Limited workspace on top of bank -Emergency stabilization of the Trinity River in Polk County -Steep Riverine Environment -Rapid Water level changes below TRA Livingston Dam Lake O' The Pines Raw Water Intake Repairs KSA Engineers Amount $1,750,000 Dennis Cole Date Completed 140 E Tyler Street Suite 600 Duration 6/2020 8 Months Longview, TX 75601 713-819-8282 dcole@ksaeng.com -Repairs and improvements to the Longview Water Plant -Installation of sheetpile below water level -Installation of rip-rap below water level -Diver used to set grades and survey locations -Eagles nest in area required classes and heavy regulations c. Environmental and safety regulations and guidelines associated with the project f. Dewatering or construction within aquatic and riverine environments City of Brenham WWTP Bank Stabilization Dane Rau Amount $1,700,000 200 W Vulcan Street Date Completed Brenham, Texas Duration 6/2019 7 Months Cell - 979-451-1786 drau@cityofbrenham.org -350 liner feet of 60'-0" sheet pile in bank with confined working area -1500 tons of rip rap installed in wall protection -Storm lines in highly regulated area with gas and chemical lines a. Stream bank stabilization using bioengineered or stream restoration principles e. Utility location and protection The Woodland Hills Section 18 Park -City park with native tress, plants and grasses on irrigation -Plant material under 1-year Maintenance contracts -Specialty grade work and finishes Amount $1,180,589Date Completed Duration 8 months 3/2023 b. Native vegetation establishment, including temporary irrigation systems and care of plantings Owner: HF Holding Company, LLC, Kelly Dietrich, 936-672-2245, kelly.dietrich@howardhughes.com Engineer: Landology, (281) 741-6786 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 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. 103128. 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: Company Solid Bridge Construction 3104 Interstate 45 South _ New Waverlv, TX 77358 Address 936-435-0700 By: 16f�v�5 �utn�S (Please Print , �� Signature: � � � ..M_...._u. . _ Title: � i (..�— ��;^�� ; ��' City/State/Zip (Please Print) THE STATE OF TEXAS COUNTY OF TARRANT �� BEFORE ME, the undersigned authority, on this day personally appeared �`I's i'�'f1 �� �- , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of_�t'C,���cs;�+ o% S�i�:� �jr �Cu,;,_(,;,,,��,,.�,b�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 — � 20��� o``a'vP'�.,, MITCHELL PATTERSON :� � � �2°`� �`g�Notary Public, State of Texas �'9�:�`�= Comm. Expires 02-10-2U29 ''��,°,;,�+° Notary ID 132922202 -----� ,�.--� ���-�-'`�:---�` �----.�.____ o�-'` ` """—,`+ Notary Public in and for the State of Texas END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON CITY PROJECT NUMBER: 103128 00 45 40 - 1 Business Equity Goal Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised June 7, 2024 SECTION 00 45 40 Business Equity Goal APPLICATION OF POLICY If the total dollar value of the contract is $100,000 or more, then a Business Equity goal is applicable. 00 45 40 - 2 Business Equity Goal Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised June 7, 2024 OR received no later than 2:00 p.m., on the third C 00 45 40 - 3 Business Equity Goal Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised June 7, 2024 Business Equity Joint Venture Form 01/28/2025 005243-2 Agreement Page 2 of 8 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. Accardingly, 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 Fiftv Dollars Dollars ($650.00j for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A.The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federal documents (projectspecific) b. Current Prevailing Wage Rate Table c. Insurance Certification Form (ACORD or equivalent) 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 Utilization 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. CITY OF FORT WORTH VCWRF BIO SOILDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 8, 2023 005243-3 Agreement Page 3 of 8 6. Drawings. 7. Addenda. 8. 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. Nofice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 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 saecificallv intended to oaerate and be effective even if it is alle�ed or nroven that all or some of the damaees bein� soueht were caused in whole or in part bv anv act omission or ne�li�ence of the citv. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is snecificallv intended to operate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused in whole or in part bv anv act omission or ne�li�ence of the citv. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. CITY OF FORT WORTH VCWRF BIO SOILDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 8, 2023 005243-4 Agreement Page 4 of 8 7.2 Assignment of This Agreemei Contractor wit 7.3 Successors and ct. including all of the Contract Documents may not be assigned by the it the advanced express written consent of the City. s. 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 con ained in the Contract Documents. 7.4 Severability/Nor�-Waiver of Claims. Any provision r part of the Contract Documents held to be unconstitutional, void or unenforceable y a court of competent jurisdiction shall be deemed stricken, and all remaining provi ions shall continue to be valid and binding upon City and Contractor. The failure of Ci y or Contractor to insist upon the performance of any term or provision of this Agreement r to exercise any right granted herein shall not constitute a waiver of City's or Contractor's espective right to insist upon appropriate performance or to assert any such right on any fut re occasion. 7.5 Governing Law alnd Venue. This Agreement including all of the Contract Documents is performable in the State of Texas. Venue s all be Tarrant County, Texas, or the United States District Court for the Northern Distric of Texas, Fort Worth Division. 7.6 Authority to Sigr�. Contractor shall attach evidence ofi authority to sign Agreement if signed by someone other than the duly au horized signatory of the Contractor. 7.7 Non-appropriati�n of Funds. In the event no unds or insufFicient funds are appropriated by City in any fiscal period for any payments d e hereunder, City will notify Vendor of such occurrence and this Agreement shall terminate n the last day of the fiscal period for which appropriations were received without penalty r expense to City of any kind whatsoever, except as to the portions of the payments herei agreed upon for which funds have been appropriated. 7.8 Prohibition On Cpntracts With Companies Boycotting Israel. Contractor, unle s a sole proprietor, acknowledges that in accordance with Chapter 2271 of the Texas Gover ment Code, if Contractor has 10 or more full time-employees and the contract value is $100,000 or more, the City is prohibited from entering into a contract with CITY OF FORT WORTH VCWRF BIO SOILDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SP CIFICATION DOCUMENTS CI7Y PROJECT NUMBER: 103128 Revised December 8, 2023 005243-5 Agreement Page 5 of 8 7.9 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. 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 Contrac�or's signature provides written verification to the City that if Chapter 2271, Texas Government Code applies, Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Prohibition on Boycotting Energy Companies. Contractor acknowledges that in accordance with Chapter 2276 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more, which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unless the contract contains a written verification from the company that it: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of the contract. The terms "boycott energy company" and "company" have the meaning ascribed to those terms by Chapter 2276 of the Texas Government Code. To the extent that Chapter 2276 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott energy companies; and (2) will not boycott energy companies during the term of this Agreement. 7.10 Prohibition on Discrimination Against Firearm and Ammunition Industries. Contractor acknowledges that except as otherwise provided by Chapter 2274 of the Texas Government Code, the City is prohibited from entering into a contract for goods or services that has a value of $100,000 or more which will be paid wholly or partly from public funds of the City, with a company (with 10 or more full-time employees) unle55 the Contract contains a written verification from the company that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm eniity or firearm trade associafion. The terms "discriminate," "firearm entity" and "firearm trade association" have the meaning ascribed to those terms by Chapter 2274 of the Texas Government Code. To the extent that Chapter 2274 of the Government Code is applicable to this Agreement, by signing this Agreement, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate against a firearm entity or firearm trade associafion during the term of this Agreement. CITY OF FORT WORTH VCWRF BIO SOILDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 8, 2023 005243-6 Agreement Page 6 of 8 7.11 Immigration Nationality Act. Contractor shall verify 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 no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.12 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. 7.13 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out 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 enfity 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 connection with their work or any health or safety precautions. CITY OF FORT WORTH VCWRF BIO SOILDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 8, 2023 25-0073 January 28, 2025 005243-7 Agreement Page 8 of 8 END OF AGREEMENT CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUNIBER: 103128 Revised December 8, 2023 28th January Bond #108091529 006113-2 PERFORMANCE BOND Page 2 of 3 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the tlnited States District Court for the Northern District of Texas, Fort Worth Division. This band is made and executed in compliance with the provisions of Chapter 2253 of the Texas Governrr�ent Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. CITY OF FORT WQRTH VCWRF BIO SOLI�S FACILITY BANK STqBILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 8, 2023 oo6lis-3 PERFORMANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the ��s�'4� day of ��.����.;Rv�r,� , 2025. -• PRINCIPAL: Solid Bridge Construction, LLC �- �-�. �... . � , . . BY: �"`'F � Signature ATTEST: ������ � (Principal) Secretary ��'�//C��'��� /�%�;�5� Witness as to Prin'cipal l�,�.. � V1Jitn as to Surety, Kri i Templeton Travis Hanus, Vice President Name and Title Address: 3104 Interstate 45 South New Waveriv. Texas 77358 SURETY: Travelers Casualty and Surety Company of America , BY: ��� �ignatu � � ` - - Tiffanv Bice. Attornev-in-Fac: Name and Title _ Ad d ress 33014 Tamina Rd Maanolia, TX 77354 Telephone Number: 281-259-5533 Email Address: tiffanyC�stokesins.com *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 mai�ing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY 0� FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Decem6er 8, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 TRAVELERS� Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Tiffany Bice of MAGNOLIA , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affxed, this 21st day of April, 2421. .,�5��«.«�<,,. �`�'�S�iFj� ZYS.Yj .eYY y�. ,�yC,�+"���.Ob ejJ�^� . SL 43r...�,�* Cs� M1K ���na�c�a,��� � Haarw�za. ��c*�.e� ���tt: g . ,� ccNr<. p ,,� ,W,i � ��,y� ->y � a+r d � 4 6x ,�3 �, � ,. a \4; S �...., � : � . State of Connecticut ',/� � - � By. .� City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seaL ; c�,-;`F ���' f/ /� � z aa�r,t�tv � ///f y My Commission expires the 30th day of June, 2026 �� �� *4 // ,�j,� �j- i (=t!r'.Llr t �r } f !/ �s s a Anna P. Nowik, Notary Public ''��;wwFcz��� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Uce President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said offcers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLUED, that the Chairman, the President, any Uce Chairman, any Executive Vice President, any Senior Uce President or any Uce President may delegate all or any part of the foregoing authority to one or more offcers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive �ce President, any Senior Vice President or any Vice President, any Second Vice Presiderit, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretar/ or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agerits pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Compa�y officers pursuant to a written delegation of authority; and if is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Gompany and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 13th day of February , 2025 ,��'�, �.E � a '��\���� yJY,, v ap�s9 �. 'k �: j ' � ��f1AR}F-0ffl,t'-i� y HARTFORD, t � tC�t!i . �ccu�v. J a �W cor+h. o �� ., v�� . �s a� � � �7r ♦ bt F�i � 'f,} ��^� � !�`� Kevin E. Hughes, Assistant Secretary To verity the authenticity of this Power ofAttorney, p/ease ca1/ us at 1-800-421-3&80, PJease refer to the above namedAttomey(s)in-Factand the detai/s of the bond to tvhich this PowerofAttomey is aitached. 28th January Bond# 108091529 006114-2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SfGNED and SEALED this instrument by duly authorized agents and officers on this the ��'��a�b �� day of ' ` �A . � , 2025. PRINC(PAL: Solid Bridge Construction, LLC �„�.�.—.-,._ : BY: Signature ATTEST: ,/����-�a ''/=' ' --�"'o— � (Principal) Secretary �/�t� ' i"' i��i� �: ��' � �r:�. Witness as to Pri ` cipal � � �` ss as to surety, Kristi Templeton Travis Hanus, Vice President Name and Title Address: 3104 Interstate 45 South New Waverlv. Texas 77358 SURETY: Travelers Casualty and Surety �Company of America BY: � ' �,� � � ,� Signature � _ - Tiffanv Bice. Attornev-in-Fact Name and Title - Address: - 33014 Tamina Rd Ma�nolia. TX 77354 Telephone Number: 281-259-5533 Email Address: tiffanyC.�StokeSins,com Note: If signed fay 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. EN.D OF SECTION CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILI2ATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 8, 2023 Travelers Casualty and Surety Company of America e� Travelers Casualty and Surety Company TRAVELERS � St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Tiffany Bice of MAGNOLIA , Texas , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and ail bonds, recognizances, conditional undertakings and other writings obligatory 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ,.a� �x�� �,�aj�_ H.uR,�ys h3y�T•taq.Om ��� ��.. � Vp L n-� �HARifOt�,� i'^ E HART:UH4. � �' � CxC'G+�.a"C .� 4UMY. f�g� a CONN. � BLK .� • �yl �-,....�»�\aS��; >est ,aya',. � �M . fiw+w�`K'" ' i� '¢" /, . State of Connecticut f�'--�.� By::�' " � — City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. J;�`��p4�J;U:yt� . IN WITNESS WHEREOF, I hereunto set my hand and official seal. ; My Commission expires the 30th day of June, 2026 �� r:��Y ;. j� ` ,<, � + p"``��" _—�� Anna P. Nowik, Notary Public ;,�,.to u,�<��• a„�it Xs This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and P�gents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Uce President, any Senior Uce President or any Vce President may delegate all or any part of the foregoing authority to one or more officers or employees of this Gompany, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVEd, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Uce President, any Senior Uce President or any Uce President, any Second Uce President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affxed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. i, Kevin E. Hughes, the undersigned, Assistant Secretary .of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Con�panie�, rmhich remains in full force and effect. Dated this 13th day of February , 2025 ���. u N �� " _ � 9Jp�SYAOSG Y '��- .. � __." ." � '_ � { y � �[ �H e7�6AA,ti �p � W1RTfORD, � �� � L�h \ � �y CONk. n {y� �+'.� F s a�o .� � �. � �� s,� �,a ig p. rCG r��-' � l� � l"•.—�— Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Po►ver ofAttorney, p/ease ca1/ us at 1-800-421-3880, P/ease nefer to the above namedAttomey(s)-in-Factand the details of the bond to which this PorverofAttomey is attached, 28th January Bond# 108091529 00 6119 - 2 MAINTENANCE BOND Page 2 of 3 conditions. This Maintenance Bond extends any necessary maintenance and warranty obligations of the Contractor beyond the date of Substantial Complefion. Corrective actions must rrieet the same requirements set forth in the Contract Documents for Contractor's performance bond. WNEREAS, the Principal binds itself to repair or reconstruct the Work in who�e or in part upon receiving natice from the City of the need therefor at any time within the Maintenance Period. The Principal fully acknowledges that this includes additional vegetation planting and/or any sustained works required to ensure the long-term survival of plantings dictated in the pfans, should survival of plantings be unsuccessfui at any time during the monitoring period. All repair and reconstruction responsibilities remain in place unless otherwise instructed by the City. WHEREAS, corrective actions of defective work will extend the maintenance period to the length of which a continuous period of three (3) years occurs without additional corrective actions. WHEREAS, Principal binds itself to repair or reconstruct the Work in whofe ar 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 Worl<, for which timely notice was provided by Ci#y, to a completion satisfactory to fhe City, then this obligation shall become null and void; otherwise to remain in fu11 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 PROVtDED FURTHER, that if any legal acfion 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 obfigation shal{ be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 10312& Revised December 8. 2023 006219-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALEQ this instrument by duly authorized agents and ofFicers on this the '':�� ���^- da of �• � v � � h��E.ti:r� , Zozs. PRINCIPAL: Solid Bridge C struction, LLC BY: � — �. Signature ATTEST: � t _-��'' " �,---� �ncipal) Secretary / ` � ' �lz"i� �i.4 � , �,.� 4r`� tiNitness as to rineipal . � � . � � , itne ' s to surety, Krist Templeton Travis_ Hanus. Vice President Name and Title Ad d ress; 31�4 Interstate 45 South IVew Waverlv. Texas 77358 SURETY: Travelers Casualty and Surety ompany of America BY: , Signature � Tiffanv Bice. Attornev-in-Fact -- - - Name and Title - Address; - � - 33014 Tamina Rd - - Maanolia, TX 77354 Telephone Number: 281-259-5533 Email Address: tiffany@stokesins.com *Note: If signed by an ofFicer of the Surety Company, there must be on file a certified extract from the by-laws shawing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 8, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILI2ATION CITY PROJECT NUMBER: 1031Z8 �RA1/ELERS J� Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine I nsurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Tiffany Bice of MAGNOLIA , Texas , their true and lawfui Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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. 1N WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. ��, �.�t��� •rc'�S. a� t* akA. � ry �""`� �.ra,'� G,e'' . s�'9 ��9i'� �. 2",�ti+�P?F^v�S'�" Q � i �, � �'i• {.� �� ,� NAHT"rU�£1, s �:� E��iP6 -, � . Ct7tlf.. � . �{'TM" y�y'�� ys'- h"ya� �� S � �. ��.a� � State of Connecticut 'f � , �,,, By. �,,. City of Hartford ss. Robert L. Rane , enior Vice President On this the 21st day of April, 202'1, before me personally appeared Robert L. Raney, who acknowiedged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. :"v. v ;'; Cjf�;L IN WITNESS WHEREOF, I hereunto set my hand and ofFicial seaL �-'�t''' 'r' �` /_ `'�it:� ��G� filnti+P,Y ": '� My Commission expires the 30th day of June, 2026 t� -xr� *�; � F`��"`�r ' ' Anna P. Nowik, Notary Public �: �, s r' � ������ This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, fihat the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certifcate of authority may prescribe to sign with the Company's name and seal with the Companys seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Uce Chairman, any Executive Vice President, any Senior Vice President or any Uce President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any F�cecutive �ce President, any Senior Uce President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (bj duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agerits pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive �ce President, any Senior Vice President, any vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Uce Presidents, Resident Assistant Secretaries or Attorneys-in- Fact for purposes on�y of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 13th day of February , 2025 . ,,.�, � ��„D�`-�"c e�^`sr akps � �� \� �� t� ��. �'4LZR7'n^,fi�J,.�� "e W1EiTf0AD� �� �'� _�CA4N. 12� " CONM1. . o �E�. f� �� �` � �iy4 , i � ,� �sy; ' hH,Di �� ,te �G--` � !'���^�-. Kevin E. Hughes, Assistant Secretary To verify the authenf�city of this Pawer ofAttorreey, p/ease ca11 us at 1-800-421-3880, Please refer to the above named Attomey(s)-in-Fact and the detai/s of the bond to rvhich this PowerofAttomey is attached, POLICY NUMBER:H024CGLZ03JZKIC COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location s Of Covered O erations Any person or organization for whom you are All locations or per written contract performing operations during the policy period when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and any other person or organization you are required to add as an additional insured under the contract or agreement described above. 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 the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" 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(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in perForming operations for a principal as a part of the same project. CG 20 10 04 13 OO Insurance Services Office, Inc., 2012 Page 1 of 2 insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: 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: 1.Required by the contract or agreement; 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. CG 20 10 0413 OO Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER:H024CGLZ03JZKIC COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS= LESSEES OI� CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: �OMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Descri tion Of Com leted O erations Any person or organization for whom you are All locations or per written contract performing operations during the policy period when I you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy; and any other person or organization you are required to add as an additional insured under the contract or agreement described above. 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 the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-complefed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured B. With respect to the insurance afForded to these additional insureds, the following is added to Section III - Limits Of Insurance: 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: 1. Required by the contract or agreement; 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. CG 20 37 04 13 O Insurance Services Office, Inc., 2012 Page 1 of 2 will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 OO Insurance Services Office, inc., 2012 Page 2 of 2 POLICY NUMBER: H024CGLZ03JZKIC COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization when you and such person or organization have agreed in writing in a contract or agreement that you will waive any right of recovery against such person or organization. Information required to complete this Schedule, if not shown The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. will be shown in the Declarations. CG 24 04 05 09 O Insurance Services Office, Inc., 2008 Page 1 of 1 Form 2366 (02/11) M CL Blanket Additional Insured Endorsement This endorsement modifies insurance provided bythe Commercial Auto Policy, Motor Truck Cargo Legal Liability Coverage Endorsement, and/or Commercial General Liabifity Coverage Endorsement, as appears on the declarations page. All terms and conditions of the policy apply unless modified by this endorsement. If you pay the fee for this Blanket Additional Insured Endorsement, we agree with you that any person or organization with whom you have executed a written agreement prior to any loss is added as an additional insured with respect to such liability coverage as is afforded by the policy, but this insurance applies to such additional insured only as a person or organization liable for your operations and then only to the extent of that liability. This endorsement does not apply to acts, omissions, products, work, or operations of the additional insured. Regardless of the provisions of paragraph a. and b. ofthe "Other Insurance" clause of this policy, if the person or organization with whom you have executed a written agreement has other insurance under which it is the first named insured and that insurance also applies, then this insurance is primary to and non-contributory with that other insurance when the written contract or agreement between you and that person or organization, signed and executed by you before the bodily injury or property damage occurs and in effect during the policy period, requires this insurance to be primary and non- contributory. In no way does this endorsement waive the "Other Insurance" clause of the policy, nor make this policy primary to third parties hired by the insured to perform work for the insured or on the insured's behalf. ALL OTHER TERMS, LIMITS, AND PROVISIONS OF THE POLICY REMAIN UNCHANGED. 0 X G utua WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND EMPLOYERS LIABILITY POL,ICY WC420304B 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 narned 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 far 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 6/5/24 at 12:01 a.m. standard time, forms a part of: Policy no. 0001288706 of Texas Mutual Insurance Company effective on 6/5/24 Issued to: SOLID BRIDGE CONSTRUCTION LLC This is not a bill NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com �(800) 859-5995 � Fax (800) 359-0650 ,Pl%I'P� UC/� Authorized representative 5/17/24 WC420304B 00 61 25 - 1 CERTIFICATE OF INSURANCE Page 1 of 1 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 SECTION 00 61 25 CERTIFICATE OF INSURANCE [Assembler: For Contract Document execution, remove this page and replace with standard ACORD Certificate of Insurance form.] END OF SECTION 00 73 00 SUPPLEMENTARY CONDITIONS Page 1 of 7 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 8, 2024 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 known outstanding right-of-way, and/or easements to be acquired, if any as of August 15, 2024: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL NUMBER OWNER TARGET DATE OF POSSESSION None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, “Availability of Lands” 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 8, 2024 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 August 15, 2024: EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF 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 Memorandum, dated June 28, 2022, prepared by Freese and Nichols, Inc., a consultant of the City, providing additional information to support the design of erosion control system by calculating slope stability of the proposed riverbank configuration. 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 which was provided by Rios Group in a summary of test hole information and coordinates table, dated March 10, 2022. SC-4.06A., “Hazardous Environmental Conditions at Site” The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., “Certificates of Insurance” The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: FNI-RPR (3) Other: Acacia SC-5.04A., “Contractor’s Insurance” The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., “Contractor’s Insurance” 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 8, 2024 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 / $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. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a “Right of Entry Agreement” with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor’s use of private and/or construction access roads crossing said railroad company’s properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor’s operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 8, 2024 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at-grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights-of-way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a railroad company’s right-of-way at a location entirely separate from the grade separation or at-grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company’s right-of-way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company’s property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor’s beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., “Project Schedule” Project schedule shall be tier 3 for the project. SC-6.07 A.., “Duty to pay Prevailing Wage Rates” The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates for Heavy and Highway Construction Projects. A copy of the table is also available by accessing the City’s website at: https://apps.fortworthtexas.gov/ProjectResources/ 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 permits and/or licenses required by the Contract to be acquired by the Contractor: 1. City of Fort Worth Grading Permit 2. Stormwater Construction General Permit (SWPPP) 3. Clean Water Act Section 404 Indivual Permit. a. Section 401 Water Quality Certification 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 8, 2024 4. City of Fort Worth Floodplain Development Permit 5. City of Fort Worth Development 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 August 15, 2024: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None SC-6.24B., “Title VI, Civil Rights Act of 1964 as amended” During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally-assisted programs of the Department of Transportation (hereinafter, “DOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 8, 2024 b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. 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” SC-9.01., “City’s Project Manager” The City’s Project Manager for this Contract is April Rose Escamilla, P.E., or his/her successor pursuant to written notification from the Director of Water Department. SC-13.03C., “Tests and Inspections” None SC-16.01C.1, “Methods and Procedures” None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., “City’s Project Representative” wording changed to City’s Project Manager. 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 8, 2024 3/9/2020 D.V. Magaña SC-6.07, Updated the link such that files can be accessed via the City’s website. 10/06/23 Michael Owen SC-6.07, Allow affidavit regarding paying prevailing wages to be submitted on completion of job, as opposed to with each progress report 3/08/24 Michael Owen Removed revisions related to affidavit, as those changes have been made in General Conditions Division 01 – General Requirements 01 11 00 - 1 SUMMARY OF WORK Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 SECTION 01 11 00 SUMMARY OF WORK PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Summary of Work to be performed in accordance with the Contract Documents B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights-of-way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount of tools, materials, and equipment for construction purposes 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 may be stored in such space, but no more than is necessary to avoid delay in the construction operations. b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. 1) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights-of-way or easements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. 1.5 SUBMITTALS [NOT USED] 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 25 00 - 1 SUBSTITUTION PROCEDURES Page 1 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to 1 or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or-equals". B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or-equals," as determined by City. b. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: c. Or-equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 d. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's literature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. 4. No additional contract time will be given for substitution. 5. Substitution will be rejected if: a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City’s opinion, acceptance will require substantial revision of the original design d. In the City’s opinion, substitution will not perform adequately the function consistent with the design intent 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. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 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 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM Proposed Substitution: Reason for Substitution: Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Address By Date Date Telephone For Use by City: Approved _______________ Rejected _________________ City_______________ Date________________ Submitted By: For Use by City Signature as noted Recommended Recommended Firm Not recommended Received late PROJECT: DATE: 01 31 19 - 1 PRECONSTRUCTION MEETING Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 17, 2012 SECTION 01 31 19 PRECONSTRUCTION MEETING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 17, 2012 d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction 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 l. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City’s representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments 1.5 SUBMITTALS [NOT USED] 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 17, 2012 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 31 20 - 1 PROJECT MEETINGS Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 SECTION 01 31 20 PROJECT MEETINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 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 asneeded 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 f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off-site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards l. Pending changes and substitutions m. Review proposed changes for: 1) Effect on construction schedule and on completion date 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 01 32 16 - 1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 SECTION 01 32 16 CONSTRUCTION SCHEDULE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance Document 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 D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor’s invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 Each project is represented by City’s master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor will develop and maintain a schedule for their scope of work in alignment with the City’s standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City’s Project Control Specialist and approved by the City’s Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City’s Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City’s Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City’s scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor’s contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City’s Project Control Specialist and the City’s Project Manager as a baseline schedule for Contractor’s scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a “tiered” approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor’s scope of work. The following is a summary of the “tiers”. 1. Tier 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City’s Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as-needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies “start” and “finish” milestone dates on key elements of their work as agreed with the City’s Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the “start” and “finish” dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a “baseline” schedule and issue monthly updates to the City Project Manager (end of each month) as a “progress” schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. 1. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the “Baseline” schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City’s Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 01 32 16.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the “Progress Schedule”. The City’s Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non-acceptance notification. An example of a Progress Schedule is provided in Specification 01 32 16.2 Construction Project Schedule Progress Example. D. City Standard Schedule requirements The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1. Schedule Framework - The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor’s schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Compliance with cost loading can be provided with traditional cost loading of line items OR a projected cost per month for the project when the initial schedule is submitted, updated on a quarterly basis is significant change is anticipated. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City’s Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City’s project data. E. Schedule File Name All schedules submitted to the City for a project will have a file name that begins with the City’s project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number_Project Name_Baseline Example: 101376_North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number_Project Name_YYYY-MM Example: 101376_North Montgomery Street HMAC_2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number_Project Name_PN_YYYY-MM Example: 101376_North Montgomery Street HMAC_PN_2018_01 F. Schedule Templates The Contractor will utilize the relevant sections from the City’s templates provided in the City’s document management system as the basis for creating their respective project schedule. Specifically, the Contractor’s schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water G. Schedule Calendar CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The City’s standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City’s nine standard holidays (New Years, Martin Luther King, Memorial, Juneteenth, Independence, Labor, Thanksgiving, day after Thanksgiving, and Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City’s calendar and the Contractor’s calendar must be resolved prior to the City’s acceptance of their Baseline project schedule. H. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. 1. Contractor is required to utilize the City’s WBS structure and respective project type template for “Construction” as shown in Section 1.4.H below. Additional activities may be added to Levels 1 - 4 to accommodate the needs of the organization executing the work. Specifically, the Contractor will add activities under WBS XXXXXX.80.83 “Construction Execution” that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City’s Standard Milestones as shown in Section 1.4.I below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. I. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for “project start” and “project finish” milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days OR a continuous activity in one location. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City’s Project Control Specialist. J. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 01 32 16 - 6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. K. City’s Work Breakdown Structure WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure L. City’s Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 Activity ID Activity Name Design 3020 Award Design Agreement 01 32 16 - 7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 3040 Issue Notice to Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre-Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.4 SUBMITTALS A. Schedule Submittal & Review The City’s Project Manager is responsible for reviews and acceptance of the Contractor’s schedule. The City’s Project Control Specialist is responsible for ensuring alignment of the Contractor’s baseline and progress schedules with the Master Project Schedule as support to the City’s Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor’s submittal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 1. Schedule Format 01 32 16 - 8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .mpx) and the second in a pdf format, in the City’s document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification 01 32 16.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City’s document management system in the location dedicated for this purpose at least 5 working days prior to Pre Construction Meeting. The City’s Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City’s Master Project Schedule, including format & WBS structure. Following the City’s review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City’s document management system in the location dedicated for this purpose. The City’s Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor’s scheduler for providing same. The Contractor re-submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City’s Project Manager and Project Control Specialist review the Contractor’s progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 B. Monthly Construction Status Report 01 32 16 - 9 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 The Contractor submits a written status report (referred to as a progress narrative) at the monthly progress meeting (if monthly meetings are held) or at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 01 32 16.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to include only changes, delays, and anticipated problems. C. Submittal Process • Schedules and Monthly Construction Status Reports are submitted in in the City’s document management system in the location dedicated for this purpose. • Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1. 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.6 CLOSEOUT SUBMITTALS [NOT USED] 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.8 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. 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.10 FIELD [SITE] CONDITIONS [NOT USED] 1.11 WARRANTY [NOT USED] 1.12 ATTACHMENTS Spec 01 32 16.1 Construction Project Schedule Baseline Example Spec 01 32 16.2 Construction Project Schedule Progress Example Spec 01 32 16.3 Construction Project Schedule Progress Narrative CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised October 6, 2023 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION CITY PROJECT NUMBER: 103128 01 32 16 - 10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/13/2021 Michael Owen Revised to update specification requirements and eliminate duplicate schedule specifications. 10/06/2023 Michael Owen Added “Juneteenth” to list of City Holidays under 1.3 G. “Schedule Calendar” 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 1 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 SECTION 01 32 16.1 CONSTRUCTION SCHEDULE – BASELINE EXAMPLE PART 1 - GENERAL The following is an example of a Contractor’s project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a “baseline” schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 01 32 16 Construction Schedule for details and requirements regarding the Contractor’s project schedule. 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 2 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 3 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 4 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 01 32 16.1 CONSTRUCTION PROGRESS SCHEDULE – BASELINE EXAMPLE Page 5 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification 3 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 1 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 SECTION 01 32 16.2 CONSTRUCTION SCHEDULE – PROGRESS EXAMPLE PART 1 - GENERAL The following is an example of a Contractor’s project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a “progress” schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 01 32 16 Construction Schedule for details and requirements regarding the Contractor’s project schedule. 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 2 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 3 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 4 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 01 32 16.2 CONSTRUCTION PROGRESS SCHEDULE – PROGRESS EXAMPLE Page 5 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised August 13, 2021 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue May 7, 2021 M Owen Revised name due to revising the schedule specification 3 01 32 16.3 – PROGRESS NARRATIVE Page 1 of 1 SECTION 01 32 16.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Contractor Company Name: City Project No: Contractor Schedule Contact: City Project Manager: A. List of activities changed in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) C. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects Revised August 13, 2021 Page 1 of 1 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 SECTION 01 32 33 PRECONSTRUCTION VIDEO PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video 1. Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video until the end of the maintenance surety period. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 PART 2 - PRODUCTS [NOT USED] 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 33 00 - 1 SUBMITTALS Page 1 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. 01 33 00 - 2 SUBMITTALS Page 2 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal crossreference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) “By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 ½ inches x 11 inches to 8 ½ inches x 11inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents 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 01 33 00 - 3 SUBMITTALS Page 3 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 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 b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals of product data for products included on the City’s Standard Product List, clearly identify each item selected for use on the Project. 2. For submittals of product data for products not included on the City’s Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing-in diagrams and templates 5) Catalog cuts 6) Product photographs 01 33 00 - 4 SUBMITTALS Page 4 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 7) Standard wiring diagrams 8) Printed performance curves and operational-range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare-parts listing and printed product warranties 12) As applicable to the Work H. Samples 1. As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on-site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. Submittal Distribution 1. Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City’s Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) If Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 01 33 00 - 5 SUBMITTALS Page 5 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 2. Hard Copy Distribution (if required in lieu of electronic distribution) a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. 01 33 00 - 6 SUBMITTALS Page 6 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non- conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor’s risk if not marked b. Submittals for each item will be reviewed no more than twice at the City’s expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative’s then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City’s discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. 01 33 00 - 7 SUBMITTALS Page 7 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with “RFI” followed by series number, “-xxx”, beginning with “01” and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 33 00 - 8 SUBMITTALS Page 8 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days 01 35 13 - 1 SPECIAL PROJECT PROCEDURES Page 1 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 SECTION 01 35 13 SPECIAL PROJECT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY 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. Use of Explosives, Drop Weight, Etc. e. Water Department Notification f. Public Notification Prior to Beginning Construction g. Coordination with United States Army Corps of Engineers h. Coordination within Railroad permits areas i. Dust Control j. 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 1.2 PRICE AND PAYMENT PROCEDURES 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 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen a. Measurement 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features a. Insulating cage-type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines a. Notification shall be given to: 1) The power company (example: ONCOR) 01 35 13 - 3 SPECIAL PROJECT PROCEDURES Page 3 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de-energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA’s Permit Required for Confined Spaces D. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 01 31 13 E. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City’s representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. F. 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 and City of Fort Worth Door Hangers, 7 days prior to beginning any construction activity on each block in the project area. 01 35 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 1) Prepare flyer on the Contractor’s letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual 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) City of Fort Worth Door Hangers will be provided to the Contractor for distribution with their notice. 4) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 5) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer and door hangers are delivered to all residents of the block. G. Public Notification of Temporary Water Service Interruption during Construction 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. H. 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. I. Coordination within Railroad Permit Areas 01 35 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad’s requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. J. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. If wet saw cutting is performed, capture and properly dispose of slurry. K. Employee Parking 1. Provide parking for employees at locations approved by the City. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION 01 35 13 - 6 SPECIAL PROJECT PROCEDURES Page 6 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B – Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E – Added Contractor responsibility for obtaining a TCEQ Air Permit 3/11/2022 M Owen Remove references to Air Pollution watch Days and NCTCOG Clean construction Specification requirements. Clarify need for Door Hangers under in addition to contractor notification of public. 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 EXHIBIT A (To be printed on Contractor’s Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR’S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 01 35 13 - 8 SPECIAL PROJECT PROCEDURES Page 8 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 EXHIBIT B 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 9, 2020 SECTION 01 45 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 1. 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 1. 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) Confirm development 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. 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 9, 2020 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City’s document management system. 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUM BER: 103128 Revised July 1, 2011 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. 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. 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUM BER: 103128 Revised July 1, 2011 c. Coordination 1) Contact City 1 week before water for construction is desired d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City’s established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off-site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUM BER: 103128 Revised July 1, 2011 D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on-call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE-INSTALLATION 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUM BER: 103128 Revised July 1, 2011 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES A. Temporary Facilities 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 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 SECTION 01 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for: a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs 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 34 71 13 – Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES 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. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control 1. General a. Contractor shall minimize lane closures and impact to vehicular/pedestrian traffic. b. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. c. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. 2) A traffic control “Typical” published by City of Fort Worth, the Texas Manual Unified Traffic Control Devices (TMUTCD) or Texas Department of Transportation (TxDOT) can be used as an alternative to 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 preparing project/site specific traffic control plan if the typical is applicable to the specific project/site. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. 1) Allow a minimum of 5 working days for permit review. 2) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control: a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor’s responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. E. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. Install temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City’s website. 1.5 SUBMITTALS [NOT USED] A. Submit all required documentation to City’s Project Representative. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 1.4 A. Added language to emphasize minimizing of lane closures and impact to traffic. 1.4 A. 1. c. Added language to allow for use of published traffic control “Typicals” if applicable to specific project/site. 1.4 F. 1) Removed reference to Buzzsaw 1.5 Added language re: submittal of permit 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 SECTION 01 57 13 STORM WATER POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans 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 31 25 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 1 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 Termination: 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 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) 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) 3926088. 2) 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 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 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 Termination can be submitted. a) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 1.5 SUBMITTALS A. SWPPP 1. Submit in accordance with Section 01 33 00, except as stated herein. 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 01 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 58 13 - 1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 SECTION 01 58 13 TEMPORARY PROJECT SIGNAGE PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 1. Provide free standing Project Designation Sign in accordance with City’s Standard Details for project signs. B. Materials 1. Sign a. Constructed of ¾-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 60 00 PRODUCT REQUIREMENTS Page 1 of 2 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY RPOJECT NUMBER: 103128 Revised March 9, 2020 SECTION 01 60 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 Forms and Conditions of the Contract 2. Division 1 – 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 01 60 00 PRODUCT REQUIREMENTS Page 2 of 2 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY RPOJECT NUMBER: 103128 Revised March 9, 2020 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 10/12/12 D. Johnson Modified Location of City’s Standard Product List 3/9/2020 D.V. Magaña Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City’s website. 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 SECTION 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and fully mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer’s recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer’s recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City’s Project Representative. 5. Provide off-site storage and protection when on-site storage is not adequate. a. Provide addresses of and access to off-site storage locations for inspection by City’s Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers’ unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City’s Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City’s Project Representative. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 66 00 - 3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 PART 3 - EXECUTION 3.1 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 [OR] 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] 3.12 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. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised November 22, 2016 SECTION 01 70 00 MOBILIZATION AND REMOBILIZATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor’s operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor’s personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor’s operation from 1 location to another location on the Site. b. Demobilization 1) Transportation of Contractor’s personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised November 22, 2016 1) Demobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor’s operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor’s operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor’s personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised November 22, 2016 c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. 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 [Consult City Department/Division for direction on if Mobilization pay item to be included or the item should be subsidiary. Include the appropriate Section 1.2 A. 1.] 1. Mobilization and Demobilization a. Measure 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised November 22, 2016 b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Specified Remobilization” in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Section 1.1.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) 01 70 00 - 5 MOBILIZATION AND REMOBILIZATION Page 5 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised November 22, 2016 d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price per each “Work Order Emergency Mobilization” in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 01 70 00 - 6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised November 22, 2016 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. Page 1 of 24 Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 Page 2 of 24 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey Page 3 of 24 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS RED POTABLE WATER BLUE GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER GREEN IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2” or greater diameter) 18” long Page 4 of 24 Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for ‘Zoning Maps’. Under ‘Layers’ , expand ‘Basemap Layers’, and check on ‘Benchmarks’. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25’ or less is allowed. D. Control Points Set 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 Page 5 of 24 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=0 C. Geoid model used, Example: GEOID12A E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City’s preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_Conformal_Conic False_Easting: 1968500.00000000 False_Northing: 6561666.66666667 Central_Meridian: -98.50000000 Standard_Parallel_1: 32.13333333 Standard_Parallel_2: 33.96666667 Latitude_Of_Origin: 31.66666667 Linear Unit: Foot_US Geographic Coordinate System: GCS_North_American_1983 Datum: D_North_American_1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format .txt .csv .dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Page 6 of 24 Example for a project that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street_Grid NAD83 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street_Project Specific Datum.csv Page 7 of 24 Example Control Stakes Page 8 of 24 V. Water Staking Standards A. Centerline Staking – Straight Line Tangents I. Offset lath/stakes every 200’ on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P) for 12” diameter pipes or smaller IV. Grade to flow line (F/L) for 16” and larger diameter pipes V. Grade should be 3.50’ below the proposed top of curb line for 10” and smaller diameter pipes 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 Page 9 of 24 Example Water Stakes Page 10 of 24 VI. Sanitary Sewer Staking A. Centerline Staking – Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400’ or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted 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 a whisker B. Centerline Staking – Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Staking of radius points of greater than 100’ may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans Page 11 of 24 Example Sanitary Sewer Stakes Page 12 of 24 VII. Storm Sewer & Inlet Staking A. Centerline Staking – Straight Line Tangents I. 1 offset stake every 200’ on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking – Curves I. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval II. Staking of radius points of greater than 100’ may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10’ Inlet = 16.00’ total length III. Recessed 10’ Inlet = 20.00’ total length IV. Standard double 10’ inlet = 26.67’ total length V. Recessed double 10’ inlet = 30.67’ total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor 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 Page 13 of 24 Example Storm Inlet Stakes Page 14 of 24 VIII. Curb and Gutter Staking A. Centerline Staking – Straight Line Tangents V. 1 offset stake every 50’ on even stations VI. Grades are to top of curb unless otherwise shown on plans 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 a whisker B. Centerline Staking – Curves III. If arc length is greater than 100’, POC (Point of Curvature) offset stakes should be set at a 25’ interval IV. Staking of radius points of greater than 100’ may be omitted Page 15 of 24 Example Curb & Gutter Stakes Page 16 of 24 Example Curb & Gutter Stakes at Intersection Page 17 of 24 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name:  TOTAL Staking Method:  GPSSTATION  OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET - LT/+RT DESCRIPTION PROP. GRADE STAKED ELEV. - CUT + FILL Page 18 of 24 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City’s GIS data and must be in the proper format when submitted. See section IV. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters Page 19 of 24 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write “NOT FOUND” to notify the City. Page 20 of 24 Page 21 of 24 Page 22 of 24 Page 23 of 24 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. Page 24 of 24 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. 01 71 23 - 1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised February 14, 2018 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “Construction Staking”. 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of “cut sheets” using the City’s standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As-Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised February 14, 2018 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “As-Built Survey”. 2) Payment for “Construction Staking” shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as-built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As-built Survey –The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking – The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey “Field Checks” – Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth – Construction Staking Standards (available on City’s Buzzsaw website) – 01 71 23.16.01_ Attachment A_Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City’s Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor’s selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised February 14, 2018 B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit “Cut-Sheets” conforming to the standard template provided by the City (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As-built Redline Drawing Submittal 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and sealed by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 – Attachment A – Survey Staking Standards) . 2. Contractor shall submit the proposed as-built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as-built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City’s Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor’s responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re-stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re-stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised February 14, 2018 a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As-Built Survey 1. Required As-Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require asbuilt surveying. b. It is the Contractor’s responsibility to coordinate the as-built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12” and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as-built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised February 14, 2018 (4) Plugs, stub-outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non-gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater – Not Applicable b. The Contractor shall provide as-built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater – Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised February 14, 2018 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS 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 .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. 01 71 23 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised February 14, 2018 B. Surveying instruments shall be kept in close adjustment according to manufacturer’s specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre-established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client’s plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor’s work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey “Field Check” of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor’s responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised February 14, 2018 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 8/31/2017 M. Owen Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 – PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. 2/14/2018 M Owen Removed “blue text”; revised measurement and payment sections for Construction Staking and As-Built Survey; added reference to selection compliance with TGC 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 01 74 23 - 1 CLEANING Page 1 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 SECTION 01 74 23 CLEANING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere B. Deviations from this City of Fort Worth Standard Specification 1. 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 32 92 13 – Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. 01 74 23 - 2 CLEANING Page 2 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 01 74 23 - 3 CLEANING Page 3 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on-site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. Haul from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight-exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re-seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 01 74 23 - 4 CLEANING Page 4 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 01 77 19 - 1 CLOSEOUT REQUIREMENTS Page 1 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 SECTION 01 77 19 CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City’s Project Representative. 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. The Right-of-way shall be cleared of all construction materials, barricades, and temporary signage. 4. 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. 5. 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 f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor’s Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/22/2021 M Owen 3.4 C. Added language to clarify and emphasize requirement to “Clearing ROW” 26 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. Irrigation Controllers (to be operated by the City) c. Butterfly Valves B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 ½ inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 c. Text: Manufacturer’s printed data, or neatly typewritten d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. f. Provide fly-leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. g. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. 5. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance 3. Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut-down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required e. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings 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 8/31/2012 D. Johnson 1.5.A.1 – title of section removed 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBERR: 103128 Revised July 1, 2011 SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City’s Project Representative. 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. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBERR: 103128 Revised July 1, 2011 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City's approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBERR: 103128 Revised July 1, 2011 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. 5. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBERR: 103128 Revised July 1, 2011 B. Final Project Record Documents 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Division 02 – Existing Conditions 02 41 13 - 1 SELECTIVE SITE DEMOLITION Page 1 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 SECTION 02 41 13 SELECTIVE SITE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Removing sidewalks and steps 2. Removing ADA ramps, landings, and detectable warning surfaces 3. Removing driveways 4. Removing fences 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall) 7. Removing mailboxes 8. Removing rip rap 9. Removing miscellaneous concrete structures including porches and foundations 10. Disposal of removed materials B. Deviations this from 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 31 23 23 – Borrow 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Remove Sidewalk: Measure by square foot. b. Remove Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remove Detectable Warning Surface: measure by each e. Remove Driveway: measure by the square foot by type. f. Remove Fence: measure by the linear foot. g. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. h. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot i. Remove Mailbox, Remove and Replace Mailbox, and Relocate Mailbox: measure by each. j. Remove Rip Rap: measure by the square foot. k. Remove Miscellaneous Concrete Structure: measure by the lump sum. 2. Payment 02 41 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. b. Remove Steps: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. c. Remove ADA Ramp and landing: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes ramp landing removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. d. Remove Detectable Warning Surface: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Work includes detectable warning surface removal from ramp. e. Remove Driveway: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove improved driveway by type. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. f. Remove Fence: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. g. Remove Guardrail: full compensation for removing materials, loading, hauling, unloading, and storing or disposal; furnishing backfill material; backfilling the postholes; and equipment, labor, tools, and incidentals. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. h. Remove Retaining Wall (less than 4 feet tall): full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts as a wall footing) shall be paid as sidewalk removal. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. i. Remove Mailbox: full compensation for removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. j. Remove and Replace Mailbox and Relocate Mailbox: full compensation for removal, hauling, disposal or relocation, and installation or construction of replacement, tools, equipment, labor and incidentals needed to execute work for different types: traditional pipe and mailbox or brick mailbox, at equal or better condition on completion 02 41 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 k. Remove Rip Rap: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. l. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, removal, hauling, disposal, tools, equipment, labor and incidentals needed to execute work. For utility projects, this Item shall be considered subsidiary to the trench and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS A. Fill Material: See Section 31 23 23. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 REMOVAL A. Remove Sidewalk 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. B. Remove Steps 1. Remove step to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. C. Remove ADA Ramp 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. See 3.4.K. 2. Remove ramp to nearest existing dummy, expansion or construction joint on existing sidewalk. D. Remove Detectable Warning Surface 02 41 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 1. Remove old detectable warning surface from ramp, including either pavers or prefabricated panels 2. Clean any glue or residue from the surface E. Remove Driveway 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 3.4.K. 2. Remove drive to nearest existing dummy, expansion or construction joint. 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction joint on existing sidewalk. F. Remove Fence 1. Remove all fence components above and below ground and backfill with acceptable fill material. 2. Use caution in removing and salvaging fence materials. 3. Salvaged materials may be used to reconstruct fence as approved by City or as shown on Drawings. 4. Contractor responsible for keeping animals (livestock, pets, etc.) within the fenced areas during construction operation and while removing fences. G. Remove Guardrail 1. Remove rail elements in original lengths. 2. Remove fittings from the posts and the metal rail and then pull the posts. 3. Do not mar or damage salvageable materials during removal. 4. Completely remove posts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1foot below the new subgrade elevation and leave in place along with the dead man. H. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A I. Remove Mailbox 1. Salvage existing materials for reuse. Mailbox materials may need to be used for reconstruction. J. Remove Rip Rap 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. K. Remove Miscellaneous Concrete Structure 02 41 13 - 5 SELECTIVE SITE DEMOLITION Page 5 of 5 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZAITON STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 11, 2022 1. Remove portions of miscellaneous concrete structures including foundations and slabs that do not interfere with proposed construction to 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perforate the bottom of structures to remain to prevent the entrapment of water. L. Sawcut 1. Sawing Equipment a. Power-driven b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects 3/11/2022 M Owen/S Hobbs Added measurement and payment for Remove and Replace Mailbox and Relocate Mailbox and Remove Detectable Warning Surface Division 04 – Masonry Rock Materials 04 41 00.90 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 04 41 00.9 ROCK MATERIAL 1.00 GENERAL 1.01 SUMMARY A. The work covered by this section includes work related to the rock materials requirements during the course of construction. B. Unless otherwise specified in these Technical Specifications, provide rock materials in accordance with the requirements of the fifth edition of the Public Works Construction Standards North Central Texas published by the North Central Texas Council of Governments (NCTCOG). 2.00 PRODUCTS 2.01 MATERIALS A. Boulders 1. Boulders will consist of durable field or quarry stone that is sound, hard, dense, angular, resistant to the action of air and water, and free of seams, cracks, or other structural defects. The CONTRACTOR will use boulders with a general "shape factor" greater than 2 (width more than twice the thickness, length more than twice the width). Boulders will be approved by the CITY/ENGINEER. The size of the boulder material will be in accordance with the construction documents. 2. Broken concrete, asphalt, and slag will be rejected. The boulder will have the following performance characteristics: a. Soundness: Not more than 5% loss b. Accelerated expansion: Not more than 15% breakdown c. Specific gravity: Greater than 2.48 d. Intact strength: 6,000 psi or greater e. Absorption: Not more than 2% for igneous and metamorphic rock types and not more than 3% for sedimentary rock types 3. The ENGINEER may change the detail requirements for boulder size based on available material. Changes in the approved boulder size are not a change order. 4. The CONTRACTOR will remove rejected boulders from the site at no cost to the CITY. B. Riprap/Cobble 1. Riprap for structures will include small boulders and large cobbles in accordance with the size and gradation shown on the plans and details. The CONTRACTOR may request the use of alternative riprap sizes and/or gradation in writing for review and approval by the ENGINEER. 2. Riprap may be recycled from existing on-site structures to be removed, and/ or imported from off-site quarry sites. Rock Materials 04 41 00.90 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 3. Riprap will consist of durable local rock or natural fieldstone and the approximate size and/or gradation as shown on the plans. Riprap will be sound, hard, dense, slightly rounded (angular is acceptable for quarried and recycled stone), resistant to the action of air and water, and free of seams, cracks, or other structural defects. Riprap will be “clean” and free of contamination. 4. Broken concrete, asphalt, slag, and soft limestone will be rejected. The riprap will have the following performance characteristics: a. Soundness: Not more than 5% loss b. Accelerated expansion: Not more than 15% breakdown c. Specific gravity: Greater than 2.48 d. Intact strength: 6,000 psi or greater e. Absorption: Not more than 2% for igneous and metamorphic rock types and not more than 3% for sedimentary rock types 5. The CONTRACTOR will remove rejected riprap from the site at no cost to the CITY. 6. The ENGINEER may change the detail requirements for riprap size and/or gradation based on available material. Changes in the approved riprap size and/or gradation are not a change order. C. Aggregates 1. Aggregates for structures will include cobbles, gravels, and sands in accordance with the size and gradation shown on the plans and details. The CONTRACTOR may request the use of alternative aggregate sizes and/or gradation in writing for review and approval by the ENGINEER. 2. Aggregates may be excavated from the existing channel, recycled from existing on-site structures to be removed, and/or imported from off-site quarry sites. 3. Aggregates will be used as coarse backfill, riffle pavement, glide, run, and subpavement material. Aggregates will consist of durable granite or dolomite river rock or natural fieldstone and the approximate size and/or gradation as shown on the plans. 4. Aggregates will be sound, hard, dense, slightly rounded (angular is acceptable for quarried and recycled stone), resistant to the action of air and water, and free of seams, cracks, or other structural defects. Aggregates will be “clean” and free of contamination. 5. On-site sand/gravel excavated from the existing channel will typically be more suitable for backfilling toe wood, riffle subpavement, glide, or point bar material. 6. Broken concrete, asphalt, slag, and fractured aggregate will be rejected. The CONTRACTOR will remove rejected aggregates from the site at no cost to the CITY. 7. The ENGINEER may change the detail requirements for aggregate size and/or gradation based on available material. Changes in the approved aggregate size and/or gradation are not a change order. 2.02 EQUIPMENT Rock Materials 04 41 00.90 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 A. The CONTRACTOR shall use standard heavy construction equipment to perform the work as shown on the plans. Rock sill construction typically requires that a hydraulic thumb be fitted to the bucket of an excavator for easier placement of boulders. 3.00 EXECUTION – NOT USED 4.00 MEASUREMENT A. There will be no separate measurement for this work. Rock material is subsidiary to the various structures in which it is installed. 5.00 PAYMENT A. There will be no separate payment for this work. END OF SECTION Division 31 – Earthwork 31 10 00 - 1 SITE CLEARING Page 1 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 SECTION 31 10 00 SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Preparation of right-of-way and other designated areas for construction operations by removing and disposing of all obstructions including clearing and grubbing and trees, when removal of such obstructions is not specifically shown on the Drawings to be paid by other Sections. 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 02 41 13 – Selective Site Demolition 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Site Clearing a. Measurement 1) Measurement for this Item shall be by lump sum, square yard, or per acre. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum, square yard, or per acre price bid for “Site Clearing”. c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Removal and disposal of structures and obstructions (unless separate bid item is provided under 02 41 13 “Selective Site Demolition or 02 41 14 “Utility Removal/Abandonment”). 3) Removal and disposal of trees under 6-inch in diameter when bidding by lump sum or square yard 4) Removal of ALL trees when bidding by acre. 5) Backfilling of holes 6) Clean-up 2. Tree Removal (for trees 6-inch or larger in diameter when Site Clearing is bid by lump sum or square yard) a. Measurement 1) Measurement for this Item shall be per each. 2) Measurement of diameter for tree removal shall be at standard “Diameter at Breast Height” or DBH, where Breast Height shall be 54” above grade. 3) b. Payment 31 10 00 - 2 SITE CLEARING Page 2 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Tree Removal” for: a) Various diameter ranges c. The price bid shall include: 1) Removal and disposal of tree, including removal of root to a depth at least 2 foot below grade 2) Grading and backfilling of holes 3) Excavation 4) Clean-up 3. Tree Removal and Transplantation a. Measurement 1) Measurement for this Item shall be per each. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Tree Transplant” for: a) Various diameter ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs 2) Moving tree with truck mounted tree spade 3) Grading and backfilling of holes 4) Replanting tree at temporary location (determined by Contractor) 5) Maintaining tree until Work is completed 6) Replanting tree into original or designated location 7) Excavation 8) Fertilization 9) Mulching 10) Watering 11) Clean-up 12) Warranty period 4. Tree Protection a. Measurement 1) Measurement for this Item shall be per each as designated on Construction Drawings for protection b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the unit price bid per each “Tree Protection” for: a) Various caliper ranges c. The price bid shall include: 1) Protection of tree utilizing measures designated on Construction Drawings 2) Installation of work of barriers as designated on Construction Drawings 3) Maintenance of protection measures throughout construction completed 4) Replanting tree into original or designated location 5) Excavation 6) Fertilization 7) Mulching 8) Clean-up including removal on constriction completion of protection measures 31 10 00 - 3 SITE CLEARING Page 3 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 1.3 REFERENCES [NOT USED] 1.4 ADMINSTRATIVE REQUIREMENTS A. Permits 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as required by the City’s Tree Ordinance. PARD-Forestry details can be found here: Forestry – Welcome to the City of Fort Worth (fortworthtexas.gov). Urban Forestry Compliance's ordinance and requirements are within Zoning and can be found here: Zoning – Welcome to the City of Fort Worth (fortworthtexas.gov). B. Preinstallation Meetings 1. Hold a preliminary site clearing meeting and include the Contractor, City Forester (if City owned tree) or representative of Urban Forestry if privately owned trees), City Inspector, and the Project Manager for the purpose of reviewing the Contractor’s tree removal plan. Clearly mark all trees to remain on the project site prior to the meeting. 2. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 31 10 00 - 4 SITE CLEARING Page 4 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. All trees identified to be protected and/or preserved should be clearly flagged with survey tape as per Construction Drawings. B. Following taping and prior to any removals or site clearing, the Contractor shall meet with the City, the Engineer and the Landowner, if necessary, to confirm trees to be saved. 3.4 INSTALLATION A. Protection of Trees 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protection details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with the corners located on the canopy drip line, unless instructed otherwise. 3. When site conditions do not allow for the T-posts to be installed at the drip line, the T- posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 ½ gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to form the enclosure. 4. For city-owned trees, PARD-Forestry permission required to install protective fencing inside of canopy dripline (Critical Root Zone). 5. Additional trunk protection (cladding) is required when protective fencing is approved within the Critical Root Zone. 6. Do not park equipment, service equipment, store materials, or disturb the root area under the branches of trees designated for preservation. 7. When shown on the Drawings, treat cuts on trees with an approved tree wound dressing within 30 minutes of making a pruning cut or otherwise causing damage to the tree. 8. Trees and brush shall be mulched on-site. a. Burning as a method of disposal is not allowed. B. Hazardous Materials 1. The Contractor will notify the Engineer immediately if any hazardous or questionable materials not shown on the Drawings are encountered. This includes; but not limited to: a. Floor tiles b. Roof tiles c. Shingles d. Siding e. Utility piping 2. The testing, removal, and disposal of hazardous materials will be in accordance with Division 1. C. Site Clearing 1. Clear areas shown on the Drawings of all obstructions, except those landscape features that are to be preserved. Such obstructions include, but are not limited to: a. Remains of buildings and other structures 31 10 00 - 5 SITE CLEARING Page 5 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 b. Foundations c. Floor slabs d. Concrete e. Brick f. Lumber g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or conduits j. Equipment k. Trees l. Fences m. Retaining walls n. Other items as specified on the Drawings 2. Remove vegetation and other landscape features not designated for preservation, whether above or below ground, including, but not limited to: a. Curb and gutter b. Driveways c. Paved parking areas d. Miscellaneous stone e. Sidewalks f. Drainage structures g. Manholes h. Inlets i. Abandoned railroad tracks j. Scrap iron k. Other debris 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to maintain traffic and drainage in accordance with Section 02 41 14. 4. In areas receiving embankment, remove obstructions not designated for preservation to 2 feet below natural ground. 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 6. In all other areas, remove obstructions to 1 foot below natural ground. 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps off to ground level. a. Removal of existing structures shall be as per Section 02 41 13. D. Disposal 1. Dispose of all trees within 24 hours of removal at an approved off-site facility. 2. All materials and debris removed becomes the property of the Contractor, unless otherwise stated on the Drawings. 3. The Contractor will dispose of material and debris off-site in accordance with local, state, and federal laws and regulations. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 31 10 00 - 6 SITE CLEARING Page 6 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised March 22, 2021 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City’s website address 3/22/2021 M Owen 1.2 Clarified measurement and payment. 1.4. Clarified administrative requirements. 3.4 Clarified additional installation requirements for tree protection and disposal. 6 Furnished Topsoil 31 22 19.13 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 31 22 19.13 FURNISHED TOPSOIL 1.00 GENERAL 1.01 SUMMARY A. This work covered by this section of material and labor to furnish and transport all topsoil, process topsoil as required, stockpile, deposit, place, handle, import, export, and stabilize topsoil in accordance with the grades as shown on the plans or as directed by the OWNER. B. Unless otherwise specified in these Technical Specifications, provide furnished topsoil in accordance with the requirements of the fifth edition of the Public Works Construction Standards North Central Texas published by the North Central Texas Council of Governments (NCTCOG). 1.02 REFERENCES A. 31 35 19.9 Biodegradable Erosion Control Matting B. 32 90 00 Plantings 2.00 PRODUCTS 2.01 MATERIALS A. Furnished topsoil shall be of a loamy texture and have components of sand, silt and clay in percentages that, by definitions from the U.S Department of Agriculture Handbook 18, characterize a loamy soil. Unacceptable and/or excess furnished topsoil shall become the responsibility of the CONTRACTOR and shall be completely removed from the project site prior to final site inspection and approval of the project. B. Furnished topsoil shall meet acceptable soil test levels as specified below. A certificate of soil test analysis (of a representative soil sample from each 5,000 square yards of furnished topsoil to be delivered to the site) shall be submitted to the CITY for review and approval prior to any furnished topsoil delivered to the site for use on the site. Soil tests shall be conducted in a state laboratory or state-recognized commercial laboratory. C. All furnished topsoil shall be free of stones, lumps, plants, roots and other debris over 1.5 inches. All furnished topsoil shall be free of invasive and/or noxious plants, plant parts and seeds. D. Acceptable furnished topsoil analysis results: Furnished Topsoil 31 22 19.13 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 CHARACTERISTIC CRITERIA pH From 6.0 to 7.5 Cation-exchange capacity From 5 to 25 cmol+ /kg (meq/100g) Organic Matter (OM) From 5% - 30% by wt. (ODS) Nutrient content Normal contents of nitrogen, phosphorus, potassium, calcium, magnesium, sulfur, proper micronutrient levels Soluble salts Less than 200 ppm Contaminants Shall contain no toxic substances SIEVE SIZE MINIMUM PERCENT PASSING, BY WEIGHT 2 inches 100 No. 4 90 No. 10 80 COMPONENT RANGE PARTICLE SIZE Sand 23%-52% 0.05-2.0 MM Silt 28%-50% 0.002-0.05 MM Clay 7%-27% <0.002 MM 3.00 EXECUTION 3.01 INSTALLATION A. Place furnished topsoil on all areas specified to be graded within the limits of disturbance, except where reinforced bed material and asphalt are installed. B. Verify that all utilities have been field located and/or installed and accepted. C. Verify that all required soil tests have been submitted and accepted by the OWNER. D. Do not handle the furnished topsoil if it is wet or frozen. E. Completely prepare and finish the subsoil surface of all areas to be covered with furnished topsoil as specified in the plan sheets. F. Immediately prior to being covered with furnished topsoil the subgrade shall be mechanically loosened and scarified to a minimum 3-inch depth and be free from rocks and all materials other than soil that are 1.5 inches or greater in diameter. G. Once subgrade is prepared by mechanically loosening and scarified, ensure that no equipment traffic occurs to detrimentally affect compaction of the subgrade. Furnished Topsoil 31 22 19.13 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 H. Prior to the start of placing furnished topsoil, all grass, weeds, brush, stumps, and other objectionable material shall be removed from the furnished topsoil. I. Furnished topsoil shall be placed, spread, and maintained over the designated areas to a depth of at least 4 inches so that after settlement the completed work shall be in conformance with the thickness, lines, grades, and elevations specified in the Contract Documents. J. Seeding of furnished topsoil with temporary and permanent seed mixes shall be carried out immediately following placement of furnished topsoil. CONTRACTOR shall be responsible for stabilizing all streambanks with temporary seeding, permanent herbaceous seeding (riparian/wetland seed mix), straw mulch, and coir fiber matting immediately after the completion of grading. K. CONTRACTOR shall prevent equipment traffic over and compaction of the final grade of the furnished topsoil. 4.00 MEASUREMENT A. The quantity of “Topsoil” to be paid for will be the actual cubic yardage, installed and maintained. 5.00 PAYMENT A. All work covered by this Item will be paid for at the contract per cubic yard price bid for “Topsoil”. Such price will be full payment for the work covered by this specification including all materials, labor and any other items incidental to the work. END OF SECTION Comprehensive Floodplain and Upland Grading 31 22 19.90 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 31 22 19.90 COMPREHENSIVE FLOODPLAIN AND UPLAND GRADING 1.00 GENERAL 1.01 SUMMARY A. The work covered by this section includes work related to clearing and grubbing, rough grading, embankment construction, and fine grading in areas outside of the channel/stream bankfull limits and within the limits of construction. All work will conform to the lines, grades, and typical cross-sections shown on the plans. B. Unless otherwise specified in these Technical Specifications, provide comprehensive floodplain and upland grading in accordance with the requirements of the fifth edition of the Public Works Construction Standards North Central Texas published by the North Central Texas Council of Governments (NCTCOG). 1.02 REFERENCE STANDARDS A. 31 00 00 Site Clearing B. 31 23 00 Excavation and Fill Onsite C. 31 21 16 Unclassified Excavation D. 35 01 50.95 Comprehensive Channel Grading 2.00 PRODUCTS 2.01 MATERIALS A. For embankments, earth berms and backfills use available “on-site” material, including but not limited to, rocks, cobble, gravel, sand, and silt. Material shall be free of refuse, stumps, roots, root mats and other unsatisfactory materials. For berms avoid the use of rock larger than 6 inches in any single dimension. Topsoil shall not be used as fill material but is suitable for top-dressing. Soils used for fill shall be consistent with soils found adjacent to fill sites. Organic material should be avoided as fill material adjacent to new channel, but may, in limited quantities, be used to fill old channel when done so away from new channel. Undesirable materials include, but are not limited to, debris or any excavated material that has not been approved for use as fill. 2.02 EQUIPMENT A. The CONTRACTOR will use standard “heavy” construction equipment to perform the work as described in the construction documents. 3.00 EXECUTION 3.01 CLEARING AND GRUBBING A. Clearing and grubbing will include the removal and disposal of living or dead vegetation including stumps/root balls and the removal and disposal of surface debris such as fences, retaining walls, steps, footings, slabs, signs, junked vehicles, and other rubble and debris. Comprehensive Floodplain and Upland Grading 31 22 19.90 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 B. Remove and dispose of all stumps and root balls within the grading limits and fill holes with clean “select backfill” material. C. Excess material shall be stockpiled for the construction of embankments, berms, and backfills. Excess material meeting the “select backfill” criteria shall be stockpiled separately for use in project construction elements requiring the use of “select backfill”. D. Topsoil, where present, shall be stockpiled separately. E. Shape the project area to conform to the lines, grades and typical sections shown on the plans. F. Shape all ground surfaces to properly drain at all times. Slope transitions/break points shall be “rounded” to facilitate vegetation establishment and reduce the potential for surface erosion. Compact all ground surfaces using tracked equipment or other approved method. G. Clean, shape, and maintain existing side channels, ditches, and drainage ways. H. Construction equipment should be “routed” to prevent impacts to completed work. I. Embankment construction shall include the preparation, formation, compaction and maintenance of material in embankments, backfills, and earth berms. Maintain all embankments, earth berms, fills, and all other surfaces completed under this specification until final acceptance by the CITY. 3.02 TOPSOIL STRIPPING A. Prior to any topsoil stripping or excavation, the CONTRACTOR shall collect representative soil samples to document existing compaction, soil texture, and soil fertility within the areas proposed for disturbance. These samples will provide data regarding the existing soil conditions on site and assist with post-construction planting decisions. Any areas of disturbance shall have soil and topsoil returned to a condition that is as good or better than pre-construction conditions and is conducive to tree and herbaceous vegetation establishment. Soil samples and compaction tests should be to a minimum depth of 18 inches to document existing soil textures and topsoil depth. Soil samples and compaction tests should be taken at a minimum of one per 1,000 linear feet of channel with at least two soil samples and compaction tests per tributary or reach and should take into account the locations of the various proposed planting zones. B. At least four compaction tests should be performed in each proposed staging area and along areas planned for higher traffic on site during construction. Soil compaction shall be tested using a handheld penetrometer or approved equivalent as directed by the ENGINEER. 3.03 GRADING A. Grading shall include the preparing, grading, and shaping of the project area, as defined above, along with the cleaning, shaping and maintenance of existing small side channels and ditches. Excess material shall be stockpiled for the construction of embankments, berms, and backfills. Topsoil, where present, shall be stockpiled separately. B. Shape the project area to conform to the lines, grades and typical sections shown on the plans. Comprehensive Floodplain and Upland Grading 31 22 19.90 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 C. Shape all ground surfaces to properly drain at all times, except in the case of wetland construction. Slope transitions/break points shall be “rounded” to facilitate vegetation establishment and reduce the potential for surface erosion. Finish grade all ground surfaces using tracked equipment, tractor with disk, or other approved method. D. Construction equipment should be “routed” to prevent impacts to completed work. E. Contractor shall maintain all disturbed surfaces completed under this specification until final acceptance by the OWNER. 3.04 TREE PROTECTION A. Removal of standing live or dead trees is prohibited unless authorized by the OWNER/ENGINEER. Prior to construction, the CONTRACTOR may install a safety fence and/or other barrier/flagging around existing standing trees to prevent disturbance of the tree and root systems. The CONTRACTOR shall replace any tree damaged during construction not identified for removal on the plans or by the ENGINEER to the satisfaction of the OWNER and at no additional cost to the OWNER or the ENGINEER. 3.05 DISPOSAL A. Unsuitable material, including debris or excavated material that cannot be used as fill, shall be properly disposed of off-site by the CONTRACTOR. If the project site is infested with invasive species, and the material cannot be disposed of on-site, the material to be disposed of off-site shall be secured by covering the material before transporting and disposing appropriately. The CONTRACTOR should anticipate encountering some rubble and other uncharacterized materials and debris during excavation. B. Unless otherwise directed by the ENGINEER, all refuse material resulting from this work shall be disposed of off-site in accordance with local, state and federal laws and regulations. On-site burning of materials will not be permitted. 4.00 TOLERANCES A. The finished ground surface shall be within plus or minus 0.5 feet of the established grade after it has been graded to a uniform surface per the plans, unless otherwise specified in the plans. The grade shall transition evenly between control points, contours and existing grades. Correction of grade is required wherever settlement, erosion or other grade changes have occurred prior to acceptance. B. In locations where bedrock, tree roots, culverts, and/or in-stream structures extend above the proposed finished grade, the finished grade shall tie into the limits of the feature at the elevation of the surrounding grades. 5.00 MEASUREMENT A. There will be no separate measurement for this work. Comprehensive floodplain and upland grading is subsidiary to 31 23 00 Excavation and Fill Onsite and 31 21 16 Unclassified Channel Excavation. 6.00 PAYMENT A. There will be no separate pay item for this work. END OF SECTION Excavation and Fill On-Site 31 23 00 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 31 23 00 EXCAVATION AND FILL ON-SITE 1.00 GENERAL 1.01 SUMMARY A. Excavation and fill on-site for this project consists of performing all operations necessary to excavate and transport all material, furnish, process material as required, stockpile, deposit, place, handle, and compact material in accordance with the grades as shown on the plans including abandonment of existing channels or as directed by the CITY. This work is inclusive of excavation, loosening, removing, loading, transporting, stockpiling, depositing, furnishing, disposing and compacting in its final location of all materials wet and dry, as required for the purposes of completing the work. B. Unless otherwise specified in these Technical Specifications, provide structural fill in accordance with the requirements of The City of Fort Worth Standard Construction Specification 31 23 16 Unclassified Excavation and the fifth edition of the Public Works Construction Standards North Central Texas published by the North Central Texas Council of Governments (NCTCOG). 1.02 REFERENCE STANDARDS A. 31 22 19.90 Comprehensive Floodplain and Upland Grading B. 31 23 16 Unclassified Channel Excavation C. 35 01 50.95 Comprehensive Channel Grading NCTCOG – Item 200 2.00 PRODUCTS 2.01 MATERIALS A. Satisfactory soil materials for use as on-site fill include ASTM D 2487 Soil Classification Groups CL, GC, ML, CH and SC, a combination of these groups, or as approved by a licensed geotechnical engineer familiar with the project site. On-site fill must be free of rock greater than 3 inches, debris, waste, frozen materials, vegetation, invasive species, pathogens, and any other deleterious matter. 3.00 EXECUTION 3.01 CLEARING AND GRUBBING A. Refer to NCTCOG – Item 204 for clearing and grubbing. B. Clearing and grubbing will include the removal and disposal of living or dead vegetation including stumps/root balls and the removal and disposal of surface debris such as fences, retaining walls, steps, footings, slabs, signs, junked vehicles, and other rubble and debris. C. Remove and dispose of all stumps and root balls within the grading limits and fill holes with clean “select backfill” material. D. Excess material shall be stockpiled for the construction of embankments, berms, and backfills. Excess material meeting the “select backfill” criteria shall be stockpiled separately for use in project construction elements requiring the use of “select backfill”. Excavation and Fill On-Site 31 23 00 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 E. Topsoil, where present, shall be stockpiled separately. F. Shape the project area to conform to the lines, grades and typical sections shown on the plans. G. Shape all ground surfaces to properly drain at all times. Slope transitions/break points shall be “rounded” to facilitate vegetation establishment and reduce the potential for surface erosion. Compact all ground surfaces using tracked equipment or other approved method. H. Clean, shape, and maintain existing side channels, ditches, and drainage ways. I. Construction equipment should be “routed” to prevent impacts to completed work. 3.02 SOIL STRIPPING A. Prior to any topsoil stripping or excavation, the CONTRACTOR shall collect representative soil samples to document existing compaction, soil texture, and soil fertility within the areas proposed for disturbance. These samples will provide data regarding the existing soil conditions on-site and assist with post-construction planting decisions. Any areas of disturbance shall have soil and topsoil returned to a condition that is as good or better than pre-construction conditions and is conducive to tree and herbaceous vegetation establishment. Soil samples and compaction tests should be to a minimum depth of 18 inches to document existing soil textures and topsoil depth. Soil samples and compaction tests should be taken at a minimum of one per 1,000 linear feet of channel with at least two soil samples and compaction tests per tributary or reach and should take into account the locations of the various proposed planting zones. B. At least four compaction tests should be performed in each proposed staging area and along areas planned for higher traffic on-site during construction. Soil compaction shall be tested using a handheld penetrometer or approved equivalent as directed by the ENGINEER. 3.03 DISPOSAL A. Unsuitable material, including debris or excavated material that cannot be used as on-site fill, shall be properly disposed of off-site by the CONTRACTOR. If the project site is infested with invasive species, and the material cannot be disposed of on-site, the material to be disposed of off-site shall be secured by covering the material before transporting and disposing of appropriately. The CONTRACTOR should anticipate encountering some rubble and other uncharacterized materials and debris during excavation. B. Unless otherwise directed by the ENGINEER, all refuse material resulting from this work shall be disposed of off-site in accordance with local, state and federal laws and regulations. On-site burning of materials will not be permitted. 3.04 TREE PROTECTION A. Refer to NCTCOG – Item 204 for tree protection. B. Removal of standing live or dead trees is prohibited unless authorized by the OWNER/ENGINEER. Prior to construction, the CONTRACTOR shall install a safety fence and/or other barrier/flagging around existing standing trees to prevent disturbance of the tree and root systems. The CONTRACTOR shall replace any tree damaged during Excavation and Fill On-Site 31 23 00 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 construction not identified for removal on the plans or by the ENGINEER to the satisfaction of the OWNER and at no additional cost to the OWNER or the ENGINEER. 3.05 INSTALLATION A. The existing elevations and contours shown on the plans, cross-sections, and profiles were surveyed prior to plan development. Existing elevations and grades may have changed since the original survey was completed due to stream erosion, sediment accretion, or fill. It is the CONTRACTOR’S responsibility to confirm existing grades and adjust earthwork as necessary at no additional cost to the CITY. B. All earthwork must be performed in accordance with permit requirements. C. All erosion and sediment control devices must be in place prior to the onset of earthwork activities. D. Erosion and sediment control devices and measures must be maintained in a functional condition always. Temporary and permanent erosion and sedimentation control measures must be inspected after each rainfall and at least daily during periods of prolonged rainfall. Deficiencies must be immediately corrected. E. Grading operations must be conducted so that material outside construction limits will not be disturbed. F. Local borrow must be stockpiled in the stockpile/staging areas depicted in the Contract Documents. All stockpile areas will require appropriate sediment control (silt fence, super silt fence, or as is otherwise necessary) to prevent erosion and sediment transport throughout the duration of storage. the CITY reserves the right to require other temporary measures not specifically described herein to correct an erosion or siltation condition. G. Materials in areas shall be placed according to lifts and compaction outlined on the plan set using the equipment bucket, tracks, or other equipment necessary to compact soil. To ensure proper compaction efforts, field density determinations should be performed in accordance with specifications set forth in ASTM D6938 (nuclear method) or D1556 (sand method). Density tests should be performed on every lift of compacted fill, unless otherwise directed by the CITY. The material must be installed to a density of no less than 95% of the maximum dry density. Compaction testing shall occur at a minimum of three tests per lift. H. Moisture content of the fill being placed should be within two percentage points of the optimum moisture content of the material in accordance with ASTM D698, unless otherwise directed by the CITY. I. In areas where landscaping (i.e., tree or shrub plantings) is proposed, the final layer of fill (the top 12 inches of the new soil profile) should not be compacted. This is to allow for installation of plant materials and establishment of root systems during the landscaping phase. J. On-site soils may be wet or dry of the optimum moisture required for compaction; therefore, scarifying and drying by spreading and aerating prior to their reuse as backfill should be expected. If, due to unsuitable or saturated soil conditions in areas of proposed fills, a bridging layer of coarse aggregate is recommended by the CONTRACTOR (and approved by the CITY), the bridging layer will be provided at no additional cost to the CITY. Excavation and Fill On-Site 31 23 00 - 4 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 K. Topsoil/compost and reinforced stream bed material must be installed as described in the Construction Documents, or as directed by the CITY, to bring surface to final grades as shown in the Construction Documents. Final grade must be as specified within the Construction Tolerances section of these specifications. L. Material shown on the plans as suitable material but found at time of construction to be unsuitable must be disposed of as unsuitable material at no additional cost to the CITY. M. Loose rock 3 inches or larger must be removed from the surface of cut slopes. N. CONTRACTOR is responsible for stabilizing all streambanks with temporary seeding, permanent herbaceous seeding (riparian/wetland seed mix), straw mulch, and coir fiber matting immediately after the completion of grading. The CONTRACTOR must perform all care and remediation work required to maintain stable stream banks during construction, including erosion and sediment control. O. All unsuitable, unacceptable or excess material must be removed from the site at no additional cost to the CITY. 4.00 TOLERANCES A. Refer to reference specifications for grading tolerances. 5.00 MEASUREMENT A. The quantity of exaction and/or fill located on-site to be paid for shall be the actual number of cubic yards of “Excavation and Fill On-site”, completed and maintained. All measurement for excavation and fill located shall be made by the volume of material moved. 6.00 PAYMENT A. All work covered by this section will be paid for at the contract cubic yard price bid for “Excavation and Fill On-site”. Such price shall be full payment for the work covered by this specification including all materials, labor and any other items incidental to the work. END OF SECTION 31 23 16 - 1 UNCLASSIFIED EXCAVATION Page 1 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised January 28, 2013 SECTION 31 23 16 UNCLASSIFIED EXCAVATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Excavate areas as shown on the Drawings or as directed. Removal of materials encountered to the lines, grades, and typical sections shown on the Drawings and removal from site. Excavations may include construction of a. Roadways b. Drainage Channels c. Site Excavation d. Excavation for Structures e. Or any other operation involving the excavation of on-site materials B. Deviations from this City of Fort Worth Standard Specification 1. Related Specification Sections 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 31 22 19.90 – Comprehensive Floodplain and Upland Grading 4. Section 31 23 00 – Excavation and Fill Onsite 5. Section 35 01 50.95 - Comprehensive Channel Grading NCTCOG – Item 200 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Excavation by Plan Quantity [Not Used] 2. Excavation by Surveyed Quantity 31 23 16 - 2 UNCLASSIFIED EXCAVATION Page 2 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised January 28, 2013 a. Measurement 1) Measurement for this Item shall be by the cubic yard in its final position calculated using the average end area or composite method. a) The City will perform a reference survey once the Site has been cleared to obtain existing ground conditions. b) The City will perform a final post-construction survey. c) The Contractor will be paid for the cubic yardage of Excavated material calculated as the difference between the two surveys. d) Partial payments will be based on estimated plan quantity measurements calculated by the Engineer. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid per cubic yard of “Unclassified Excavation by Survey”. c. The price bid shall include: 1) Excavation 2) Excavation Safety 3) Drying 4) Dust Control 5) Reworking or replacing the over excavated material in rock cuts 6) Hauling 7) Disposal of excess material not used elsewhere onsite 8) Scarification 9) Clean-up 1.3 REFERENCES [NOT USED] A. Definitions 1. Unclassified Excavation – Without regard to materials, all excavations shall be considered unclassified and shall include all materials excavated. Any reference to Rock or other materials on the Drawings or in the specifications is solely for the 31 23 16 - 3 UNCLASSIFIED EXCAVATION Page 3 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised January 28, 2013 City and the Contractor’s information and is not to be taken as a classification of the excavation. 1.4 ADMINSTRATIVE REQUIREMENTS A. The Contractor will provide the City with a Disposal Letter in accordance to Division 01. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Excavation Safety 1. The Contractor shall be solely responsible for making all excavations in a safe manner. 2. All excavation and related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 1.10 DELIVERY, STORAGE, AND HANDLING A. Storage 1. Within Existing Rights-of-Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 31 25 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non-paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas 31 23 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised January 28, 2013 a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 31 25 00. d. Do not block drainage ways. 1.11 FIELD CONDITIONS A. Existing Conditions 1. Any data which has been or may be provided on subsurface conditions is not intended as a representation or warranty of accuracy or continuity between soils. It is expressly understood that neither the City nor the Engineer will be responsible for interpretations or conclusions drawn there from by the Contractor. 2. Data is made available for the convenience of the Contractor. 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 2.1 OWNER-FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Materials 1. Unacceptable Fill Material a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM D2487 31 23 16 - 5 UNCLASSIFIED EXCAVATION Page 5 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised January 28, 2013 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CONSTRUCTION A. Accept ownership of unsuitable or excess material and dispose of material off-site accordance with local, state, and federal regulations at locations. B. Excavations shall be performed in the dry, and kept free from water, snow and ice during construction with eh exception of water that is applied for dust control. C. Separate Unacceptable Fill Material from other materials, remove from the Site and properly dispose according to disposal plan. D. Maintain drainage in the excavated area to avoid damage to the roadway sections and proposed or existing structures. E. Correct any damage to the subgrade caused by weather, at no additional cost to the City. F. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. G. Rock Cuts 1. Excavate to finish grades. 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 24 00 to replace the over excavated at no additional cost to City. H. Earth Cuts 1. Excavate to finish subgrade 2. In the event of over excavation due to contractor error below the lines and grades established in the Drawings, use approved embankment material compacted in accordance with Section 31 23 00 to replace the over excavated at no additional cost to City. 31 23 16 - 6 UNCLASSIFIED EXCAVATION Page 6 of 6 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised January 28, 2013 3. Manipulate and compact subgrade in accordance with Section 31 23 00. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. Subgrade Tolerances 1. Excavate to within 0.1 foot in all directions. 2. In areas of over excavation, Contractor provides fill material approved by the City at no expense to the City. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1/28/13 D. Johnson 1.2 – Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. Care of Water During Construction 31 23 19.01 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 31 23 19.01 CARE OF WATER DURING CONSTRUCTION 1.00 GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment and incidentals necessary to operate pumps, piping and other facilities to assist in the removal of surface water, stormwater runoff, and ground water, and provide protection of the work site from water of any source. Build and maintain the necessary temporary cofferdams, berms, diversions, impounding works, channels and ditches to protect the work site from reservoir releases, streamflow, and stormwater runoff. Remove the temporary works, equipment, and materials after completion in accordance with this Section and the applicable Drawings. 1.02 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Submittals” and shall include: 1. Plans and procedures for handling flood flows, stormwater runoff, and dewatering excavations for approval by the ENGINEER. Modifications to these plans shall also be submitted for approval by the ENGINEER. If the Project contains separate phases that require different steps in the diversion of streamflow, then the submitted plans must clearly distinguish the differences in each phase. Plans for each phase in the sequence may be submitted separately. 2. Plans shall include a demonstration that any coffer dams or diversions provide at least 300 CFS baseflow bypass or greater for protection for protected structures under construction. B. Approval of submittals does not relieve the CONTRACTOR of full responsibility and liability for care of water during construction. 2.00 PRODUCTS (NOT APPLICABLE) 3.00 EXECUTION 3.01 FLOOD FLOWS AND OTHER SURFACE WATER A. The CONTRACTOR is responsible for handling and diverting any flood flows, stormwater runoff, stream flows, or any other water, including groundwater encountered during the progress of the work. Build, maintain, and operate cofferdams, channels, flumes, sumps, berms, ditches, and other temporary works as needed to divert stream flow or stormwater runoff water through or around the construction site and away from construction work while it is in progress. The handling of stormwater runoff should be coordinated with the erosion control plan, as described in Section 01 57 13 “Stormwater Pollution Prevention.” Unless otherwise approved by the Owner, a diversion must discharge into the same natural watercourse in which its headworks are located. Construct permanent Work in areas free from water. Full responsibility for the successful dewatering of the work areas rests with the CONTRACTOR. Remove protective works, after they have served their purpose, in a manner satisfactory to the Owner or its representative. Care of Water During Construction 31 23 19.01 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 3.02 DEWATERING EXCAVATED AND OTHER FOUNDATION AREAS A. CONTRACTOR is responsible for dewatering foundations for all areas during construction of the Project, including areas of required backfills. Lower the water table as needed to keep work areas free of standing water or excessively muddy conditions as needed for proper performance of the construction work as indicated on the plans. Furnish, prepare, and maintain drains, sumps, casings, well points, and other equipment needed to dewater areas for required construction work. Any dewatering method that causes a loss of fines from foundation areas shall not be permitted. Keep available standby equipment to ensure the proper and continuous operation of the dewatering system. Provide continuous monitoring (24 hours per day) of the dewatering system to ensure continuous operation. B. Construction modifications in the dewatering system may be required by the ENGINEER to provide adequate performance. In the event of failure of the system, flooding of the excavation may be ordered by the ENGINEER until the system is operative. 3.03 DEWATERING BORROW AREAS A. Unless otherwise specified on the Drawings, maintain the borrow areas in drainable condition or otherwise provide for timely removal of surface waters that accumulate, for any reason, within the borrow areas. 3.04 BYPASS OF STREAM A. Bypass method shall take into account time of year, expected construction time, possible delays due to inclement weather, and other factors to determine sizing and approach. At a minimum the bypass should be able to handle 300 CFS for baseflow within the stream. This is the minimum acceptable protection for the Project. Increased protection is encouraged. Additional construction time will not be awarded for lost time due to continued flooding as a result of minimum bypass implementation. The CONTRACTOR may, at its option and with approval of the ENGINEER, widen the bottom width and/or flatten the side slopes of the closure section or increase the size of any cofferdams, if he deems additional flow capacity is needed to comply with the requirements of these specifications. B. Upon beginning the bypass, the work shall be continuously prosecuted to completion in a diligent and expeditious manner. In making the bypass, operate the maximum amount of hauling, rolling, and processing equipment permissible. Two full shifts of 10 hours each calendar day may be necessary. The selection, excavation, and processing of closure materials shall meet the applicable specifications. The stockpiling of materials may be necessary to incorporate closure. 3.05 HISTORICAL INFORMATION A. USGS gage 08049300 W Fk Trinity Rv at Greenbelt Rd, Fort Worth, TX is located just downstream of the project area. Below is a graphical representation of the 2022 stream flows with the 7-year mean flow in yellow which can be utilized to create a water handling plan. Additional flow data can be found online at: https://waterdata.usgs.gov/tx/nwis/dv/?site_no=08049300&PARAmeter_cd=00060,00065 Care of Water During Construction 31 23 19.01 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 4.00 MEASUREMENT A. No measurements are required. 5.00 PAYMENT A. Payment for the work covered under this Section will be made at the lump sum price bid for “Care of Water During Construction”, which payment shall constitute full compensation for all costs of furnishing the labor, equipment, and materials for any temporary diversions and drainage channels, installing pumps and other dewatering equipment as required, maintaining the work area free from water, and removing the temporary protective works as needed to comply with this Section. Partial payments will be made based upon the number of days identified for the Contract and the number of contract days completed. If the contract term is changed by Change Order, the remaining portion of the lump sum will be divided over the remaining term of the Contract for partial payments. END OF SECTION 31 25 00 - 1 EROSION AND SEDIMENT CONTROL Page 1 of 9 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised April 29, 2021 SECTION 31 25 00 EROSION AND SEDIMENT CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Implementation of the project’s Storm Water Pollution Prevention Plan (SWPPP) and installation, maintenance, removal of erosion and sediment controls devices, and establishment of final stabilization. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 – Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 – General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Water Pollution Prevention Plan <1 acre a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan ≥ 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for “SWPPP ≥ 1 acre”. c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 7) Obtaining and/or complying with grading and/or fill permits, if required 8) Final stabilization 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 31 25 00 - 2 EROSION AND SEDIMENT CONTROL Page 2 of 9 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised April 29, 2021 2. ASTM Standard: a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics—Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications (DMS) a. DMS-6230 “Temporary Sediment Control Fence Fabric” 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan (SWPPP) B. TCEQ Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change (if applicable) F. Grading and/or fill permit, if required 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 31 25 00 - 3 EROSION AND SEDIMENT CONTROL Page 3 of 9 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised April 29, 2021 PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate a. Furnish aggregate with hardness, durability, cleanliness and resistance to crumbling, flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1, 2 and 4 Rock Filter Dams a) Use 3 to 6 inch aggregate. 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double-twisted, hexagonal weave with a nominal mesh opening of 2½ inches x 3 ¼ inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds, per ASTM D4632 b. Puncture Strength of 135 pounds, per ASTM D4833 c. Mullen Burst Rate of 420 psi, per ASTM D3786 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 C. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean, hard, durable and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds, per ASTM D4632 2) Puncture Strength of 120 pounds, per ASTM D4833 3) Mullen Burst Rate of 600 psi, per ASTM D3786 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 D. Embankment for Erosion Control 31 25 00 - 4 EROSION AND SEDIMENT CONTROL Page 4 of 9 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised April 29, 2021 1. Provide rock, loam, clay, topsoil or other earth materials that will form a stable embankment to meet the intended use. E. Sandbags 1. Provide sandbag material of polypropylene, polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard, a Mullen burst strength exceeding 300 psi, and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3 percent 100 80 percent 200 95 percent F. Temporary Sediment Control Fence 1. Provide a net-reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230, “Temporary Sediment Control Fence Fabric.” b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches, unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 25 00 - 5 EROSION AND SEDIMENT CONTROL Page 5 of 9 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised April 29, 2021 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project’s Storm Water Pollution Prevention Plan (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 requirements. Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures 1. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the Drawings or as directed. 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals, litter and sanitary waste at the construction site. 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR150000. 2. When approved, sediments may be disposed of within embankments, or in areas where the material will not contribute to further siltation and when appropriate stabilization is provided. 3. Dispose of removed material in accordance with federal, state, and local regulations. 4. Remove devices upon approval or when directed. 31 25 00 - 6 EROSION AND SEDIMENT CONTROL Page 6 of 9 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised April 29, 2021 a. Upon removal, finish-grade and dress the area. b. Stabilize disturbed areas in accordance with the permit, and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees, brush, stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor’s option. 3. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. 4. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. 5. Construct filter dams according to the following criteria, unless otherwise shown on the Drawings: a. Type 1 (Non-reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 b. Type 2 (Reinforced) 1) Height - At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 c. Type 3 (Reinforced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width - At least 2 feet 3) Slopes - At most 2:1 d. Type 4 (Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling, connect the sides by lacing in a single loop–double loop pattern on 4- to 5-inches spacing. At 1 end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 inches remaining, and twist wires 4 times. 3) For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 31 25 00 - 7 EROSION AND SEDIMENT CONTROL Page 7 of 9 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised April 29, 2021 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course, if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches, make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required, create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time, not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 2) Remove sediment from sediment traps and sedimentation ponds no later than the time that design capacity has been reduced by 50%. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, create a retention pond, detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment-Control Fence 31 25 00 - 8 EROSION AND SEDIMENT CONTROL Page 8 of 9 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised April 29, 2021 1. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion-control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings, as specified in this Section, or as directed by the Engineer or City representative. a. Post Installation 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench, then hand-tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. d. Fabric and Net Splices 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced, unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment-control fence include the following: a) Fabric with minimal or no visible signs of biodegradation (weak fibers) b) Fabric without excessive patching (more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Waste Management 1. Remove sediment, debris and litter as needed. 31 25 00 - 9 EROSION AND SEDIMENT CONTROL Page 9 of 9 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised April 29, 2021 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures, or in areas where permanent erosion control measures (i.e. riprap, gabions, or geotextiles) have been employed. C. Once vegetative cover is achieved, the contractor shall remove all temporary control measures, before final project acceptance. It is the contractor’s responsibility to remove all temporary control measures, unless transfer of maintenance and subsequent removal is transferred to another entity in writing. D. Upon achievement of final stabilization, submit NOT to TCEQ, and provide a copy of the NOT to the City of Fort Worth’'s Environmental Quality Division, if required. E. Complete and submit a Final Grading Certificate to Development Services, if required. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE April 29, 2021 M Owen 1.1 A. 1. Revised language re: what section includes, 1.2 A. 2. c. Clarified items included in price, 1.5 Added items to list of submittals, 2.2Revised language under product types/materials, 3.4 Revised language under “Installation”, and 3.11 C. Added language to clarify responsibility to remove temporary protection device and emphasize clearing of ROW Geotextile 31 32 19.15 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 31 32 19.15 GEOTEXTILE 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals necessary to install geotextile. Use geotextile to provide for the following applications: 1. Filtration: a. Use below the soil cement in the downstream toe ditch to prevent migration of fines due to seepage. 2. Separation: a. Use as separation between subgrade and aggregate fill layer for roads. 1.02 QUALITY ASSURANCE A. Design Criteria: 1. The geotextile fabric shall be inert to commonly encountered chemicals, hydrocarbons, mildew and rot resistant, resistant to ultraviolet light exposure, insect and rodent resistant, and conform to the properties in the following table. 2. The minimum average roll value (MARV) in the weakest principle direction for strength properties of any individual roll tested from the manufacturing lot or lots of a particular shipment shall be in excess of the minimum average roll value (MARV) in the weakest principle direction stipulated herein. Geotextile Property Test Method Units MARV Grab Tensile Strength ASTM D4632 lb. 240 Trapezoid Tear Strength ASTM D4533 lb. 90 CBR Puncture Strength ASTM D6241 lb. 500 AOS ASTM D4751 U.S. Standard Sieve Size 100 Porosity % >30 Permittivity ASTM D4491 Sec-1 1.0 B. Packing and Identification Requirements: Provide the geotextile in rolls wrapped with protective covering to protect the fabric from mud, dirt, dust, and debris. The fabric shall be free of defects or flaws which significantly affect its physical properties. Label each roll of fabric in the shipment with a number or symbol to identify that production run. C. Sampling and Compliance Requirements: A competent laboratory must be maintained by the producer of the fabric at the point of manufacture to ensure quality control in accordance with ASTM testing procedures. The laboratory shall maintain records of its Geotextile 31 32 19.15 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 quality control results and provide a manufacturer’s certificate upon request to the ENGINEER prior to shipment. The certificate shall include: 1. Name of manufacturer. 2. Chemical composition. 3. Product description. 4. Statement of compliance to specification requirements. 5. Signature of legally authorized official attesting to the information required. 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include: 1. Product Data: Submit Manufacturer’s certificate as stipulated in Paragraph 1.02.C. 2. Samples. 2.00 PRODUCTS 2.01 MATERIALS A. Geotextile: Non-woven fabric composed of polypropylene fibers, formed into a stable network by needle punching. 3.00 EXECUTION 3.01 INSTALLATION A. Filtration: 1. Exposure of geotextiles to the elements between laydown and cover shall be a maximum of 14 days to minimize potential damage. Install the geotextile fabric in accordance with the Drawings and manufacturer’s recommendations. Construction vehicles will not be allowed to traffic directly on the fabric. 2. Unroll the geotextile along the placement area and lay loosely (do not stretch) in a manner that will conform to surface irregularities when aggregate or other material is placed against it. The geotextile shall be unrolled parallel to the ditch centerline. The geotextile may be folded and overlapped to permit proper placement in the designated area. Overlap seams a minimum overlap equal to 12 inches. Alternately, adjacent panels may be sewn together. 3. Where sewing of seams are desired or required in the longitudinal direction, join them by machine sewing using thread material meeting the chemical requirements for the geotextile fibers or yarn. The sewn overlap shall be a minimum of 6 inches, and the sewing shall consist of two parallel stitched rows at a spacing of about 1 inch and shall not cross (except for any required re-stitching). The stitching shall be a lock-type stitch. Each row of stitching shall be located a minimum of 2 inches from the geotextile edge. The seam type and sewing machine to be used shall produce a seam strength, in the specified geotextile, that provides a minimum of 90 percent of the tensile strength in Geotextile 31 32 19.15 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 the weakest principal direction of the geotextile being used, when tested in accordance with ASTM D 4884. The seams may be factory or field sewn. Seams shall be subject to the approval of the ENGINEER. 4. No cuts or punctures are permitted in the geotextile. Repair damaged geotextile with a geotextile patch, placed over the damaged area and extend 3 feet beyond the perimeter of the tear or damage. 5. Securing pins, approved by the engineer and provided by the geotextile manufacturer, may be used when necessary to ensure temporary anchoring of the geotextile during the installation process. The pins shall be removed prior to permanent backfilling. 6. Soil cement cover shall be placed in a manner that prevents damage to the geotextile. In no case will material be dropped on uncovered fabric from a height greater than 5 feet. B. Separation: 1. Exposure of geotextiles to the elements between laydown and cover shall be a maximum of 14 days to minimize potential damage. Install the geotextile on the prepared subgrade in accordance with the Drawings and manufacturer’s recommendations. 2. Unroll the geotextile along the placement area and lay loosely (do not stretch) in a manner that will conform to surface irregularities when aggregate is placed against it. The geotextile shall be placed so that placement of the overlying materials will not excessively stretch or tear the fabric. The geotextile shall be unrolled parallel to the roadway centerline. Successive geotextile sheets shall be overlapped so that the upslope sheet is placed over the downslope sheet. The geotextile may be folded and overlapped to permit proper placement in the designated area. Overlaps shall be a minimum of 12 inches. Alternately, adjacent panels may be sewn together. 3. Where sewing of seams are desired or required in the longitudinal direction, join them by machine sewing using thread material meeting the chemical requirements for the geotextile fibers or yarn. The sewn overlap shall be a minimum of 6 inches, and the sewing shall consist of two parallel stitched rows at a spacing of about 1 inch and shall not cross (except for any required re-stitching). The stitching shall be a lock-type stitch. Each row of stitching shall be located a minimum of 2 inches from the geotextile edge. The seam type and sewing machine to be used shall produce a seam strength, in the specified geotextile, that provides a minimum of 90 percent of the tensile strength in the weakest principal direction of the geotextile being used, when tested in accordance with ASTM D 4884. The seams may be factory or field sewn. Seams shall be subject to the approval of the ENGINEER. 4. No cuts or punctures are permitted in the geotextile. Repair damaged geotextile with a geotextile patch, placed over the damaged area and extend 3 feet beyond the perimeter of the tear or damage. 5. Securing pins, approved by the engineer and provided by the geotextile manufacturer, may be used when necessary to ensure temporary anchoring of the geotextile during the installation process. The pins shall be removed prior to permanent backfilling. Geotextile 31 32 19.15 - 4 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 6. The aggregate should be back dumped onto the fabric and spread in a uniform lift maintaining the design aggregate thickness. Aggregate shall be placed in a manner that prevents damage to the geotextile. In no case will material be dropped on uncovered fabric from a height greater than 5 feet. Construction vehicles will not be allowed to traffic directly on the fabric. Avoid over-stressing the soil by utilizing equipment in spreading and dumping that exerts only moderate pressures on the soil. Severe rutting at the time of placement is an indication of over-stressing the soil. Such soil over- stressing must be avoided. Increasing aggregate depths and reducing loads are two methods of reducing the pressures on the soil. Fill any ruts which develop during spreading or compacting with additional aggregate rather than blading from surrounding areas. Thoroughly compact the aggregate with vibratory rollers after placement. END OF SECTION Biodegradable Erosion Control Matting 31 35 19.9 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 31 35 19.9 BIODEGRADABLE EROSION CONTROL MATTING 1.00 GENERAL 1.01 SUMMARY A. Furnish labor, materials, equipment, tools and incidentals necessary to produce and place the erosion control matting. 1.02 SUBMITTALS A. Prior to the start of construction the CONTRACTOR will document a fabric sample, minimum 18 inches long, taken across full width of roll of each type and weight of fabric furnished for the Project. Label each with brand name and furnish documentation of lot and roll number from which each Sample was obtained. CITY/ENGINEER can request fabric sample and information during construction for review. B. Certifications from each fabric manufacturer that furnished products have specified property values. Certified property values will be either minimum or maximum average roll values, as appropriate, for fabric furnished. C. Submittals shall be in accordance with Section 01 33 00 “Document Management” and shall include product certificates for biodegradable erosion control matting from the manufacturer. 2.00 PRODUCTS 2.01 MATERIALS A. Biodegradable Erosion Control Matting: 1. Biodegradable erosion control matting shall conform to the following requirements. a. Mat netting must be 100% organic biodegradable. This shall include parent material, stitching, and netting. b. Erosion mats may be single, double, or no netted products. c. The minimum thickness shall be 1/5 inch (5 mm) as measured in place. d. The netting shall be stitched to prevent separation of the net from the parent material. e. The netting shall be capable of withstanding moderate foot traffic without tearing and puncturing. f. Neither the netting, nor the installation, shall pose a safety risk to pedestrians walking on, or crossing it. B. Wooden Stakes: 1. Hardwood with a minimum length of 24 inches and 1.5” thick by 1.5” wide. Stakes shall have a notch cut two inches from the top of the stake. The notch must be able to sufficiently grab and retain matting when installed. Biodegradable Erosion Control Matting 31 35 19.9 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 2. Upon request, the ENGINEER may allow a nail to be driven in the stake at an angle of approximately 45 degrees and pointed towards the ground in lieu of the notch. The nail must be embedded into the stake a minimum of one inch and must have a minimum of two inches extending out from the stake. 3. Stakes shall be of sufficient thickness for soil penetration without cracking or breakage. 4. Petroleum based plastics or composites containing petroleum based plastics will not be allowed. 5. Materials deemed to present a hazard from splintering or spearing will not be approved. This shall include solid wood devices. However, devices manufactured from wood byproducts may be approved. 6. The anchoring devices shall maintain their mechanical anchoring ability for at least 2 (two) months, and substantially degrade within 4 (four) months during the months of warm soil conditions (above 53 degrees Fahrenheit). 7. The anchoring devices shall be shaped, using barbs, twists, bends, or other methods, to provide additional mechanical pull resistance when installed in the soil. 3.00 EXECUTION 3.01 EXAMINATION A. Before matting/mesh is placed in position, the soil shall be smooth, soft and free of depressions, clods, mounds, stones, or other debris which will prevent the matting/mesh from making complete contact with the soil. B. Areas to receive Coir Matting shall not be seeded before installation. 3.02 MATTING INSTALLATION A. Coir Matting shall be installed as detailed on the Plans, starting at the downslope end. The downslope end of each strip shall be anchored in a trench as shown. If multiple strips are required, vertical joints between strips shall be made by lapping the edge of the upper strip approximately twelve (12) inches over the anchored edge of the lower strip to form a shingle like effect. When laid end to end across the slope, the matting/mesh shall overlap a minimum of 5 feet. With the upstream end of each strip overlapping the downstream strip. B. Check slots shall be provided around structures and other critical locations subject to undercutting as directed by the ENGINEER. The soil shall be tamped into all anchor trenches. C. The CONTRACTOR shall lightly roll the matting/mesh into the soil surface to insure complete contact with the soil at all points. D. Wooden stakes shall be spaced as shown on the Plans. Stakes shall be driven at an angle of approximately 30 degrees from the perpendicular to grade and shall be driven flush with the surface of the matting/mesh. Care shall be taken so as not to form depressions or bulges in the surface of the matting/mesh. E. If any wooden stakes become loosened or raised, or if any matting/mesh becomes loose, torn, or undermined, the CONTRACTOR shall immediately repair to the satisfaction of the ENGINEER. Any matting/mesh areas damaged by the CONTRACTOR's vehicles, by erosion or Biodegradable Erosion Control Matting 31 35 19.9 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 other causes, shall be repaired to the required grade and condition as directed by the ENGINEER. 4.00 MEASUREMENT A. The quantity of biodegradable erosion control matting to be paid for will be the actual number of square yards of “Biodegradable Erosion Control Matting”, completed and maintained. All measurement for biodegradable erosion control matting will be made horizontally along the surface of the ground. 5.00 PAYMENT A. All work covered by this section will be paid for at the contract square yard price bid for “Biodegradable Erosion Control Matting”. Such price will be full payment for the work covered by this specification including all materials, labor and any other items incidental to the work. END OF SECTION 31 37 00 - 1 RIPRAP Page 1 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 SECTION 31 37 00 RIPRAP PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. B. Deviations from this City of Fort Worth Standard Specification 1. Riprap gradations are as shown on plans. 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 03 30 00 – Cast-In-Place Concrete 4. Section 31 25 00 – Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by the face square yard to the depth specified of material complete in place. Volume will be computed on the basis of the measured area and type, verified by field measurements. 2. Payment a. 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 square yard of “Riprap” installed for: 1) Various types 2) Various thicknesses 3) Various void-filling techniques 3. The price bid shall include: a. Furnishing, hauling, and placing riprap b. Filter fabric c. Expansion joint material d. Concrete and reinforcing steel e. Excavation of toe wall trenches, as applicable f. Excavation below natural ground or bottom of excavated channel, as applicable g. Shaping of slopes, as applicable h. Bedding i. Grout and mortar j. Scales k. Test weights l. Clean-up 1.3 REFERENCES A. Reference Standards 31 37 00 - 2 RIPRAP Page 2 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 2 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. ASTM Standards a. ASTM C136-06, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates b. ASTM D7370-09, Standard Test Method for Determination of Relative Density and Absorption of Fine, Coarse, and Blended Aggregate Using Combined Vacuum Saturation and Rapid Submersion c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of Geotextiles f. ASTM D751-06, Standard Test Methods for Coated Fabrics g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening Size of a Geotextile h. ASTM D4491-99a, Standard Test Methods for Water Permeability of Geotextiles by Permittivity 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER-FURNISHED [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Concrete Riprap 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to Section 03 30 00, unless otherwise shown on the Drawings. B. Stone Riprap 1. Unless otherwise shown on the Drawings, use durable natural stone with a minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 cycles of sodium sulfate solution. 3 2. For all types of stone riprap perform a size verification test on the first 5,000 square yards of finished riprap stone at a location determined by the Engineer. Weigh each stone in a square test area with the length of each side of the square equal to 3 times the specified riprap thickness. The weight of the stones, excluding spalls, should be 31 37 00 - 3 RIPRAP Page 3 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 as specified below. Additional tests may be required. Do not place additional riprap until the initial 5,000 square yards of riprap has been approved. 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 parts sand and mixed with water until it achieves a consistency that will flow into and completely fill all voids. 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap, provide the filter fabric type shown on the Drawings a. Large 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of the stones heavier than 100 pounds b. Medium 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of the stones heavier than 100 pounds Use stones with at least 1 broad flat surface. c. Block 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches in their least dimension. Use stones that are at least twice as wide as they are thick. When shown on the Drawings or approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. d. Slab 1) Use boulders or quarried rock that meets the gradation requirements of Table 1. Both the width and the thickness of each piece of riprap must be a least 1/3 of the length. When shown on the Drawings or as approved, material may consist of broken concrete removed under the Contract or from other approved sources. Before placement of each piece of broken concrete, cut exposed reinforcement flush with all surfaces. 2) Provide bedding stone that in-place meets the gradation requirements shown in Table 2 or as otherwise shown on the Drawings. Table 1 Riprap Gradation Requirements Thickness Maximum Size (lb.) 90 percent Size1 (lb.) 50& Size1 (lb.) 8 percent Size, Minimum (lb.) 12 in. 200 80-180 30-75 3 15in. 320 170-300 60-165 20 18in. 530 290-475 105-220 22 21in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 30in. 2,600 1,150-2.50 400-900 40 4 Table 2 Bedding Stone Gradation 31 37 00 - 4 RIPRAP Page 4 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 Sieve Size (Square Mesh) Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 C. Special Riprap 1. Furnish materials for special riprap according to the Drawings. 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2.4 ACCESSORIES [NOT USED] 2.5 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Dress slopes and protected areas to the line and grade shown on the Drawings before the placement of riprap. Place riprap and toe walls according to details and dimensions shown on the Drawings or as directed by the Engineer. B. Concrete Riprap 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from the edge of concrete. Use approved supports to hold the reinforcement approximately equidistant from the top and bottom surface of the slab. Adjust reinforcement during concrete placement to maintain correct position. 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is placed. All surfaces must be moist when concrete is placed. 3. Compact each layer to a minimum of 95 percent standard proctor density with a moisture content not to exceed +4 percent or -2 percent of optimum moisture or as indicated on the Drawings. 4. After placing the concrete, compact and shape it to conform to the dimensions shown on Drawings. After it has set sufficiently to avoid slumping, finish the surface with a wood float to secure a smooth surface or broom finish as approved. 5. Immediately after the finishing operation, cure the riprap according to Section 03 30 00. 5 C. Stone Riprap 1. Provide the following types of stone riprap when shown on the Drawings. a. Dry Riprap 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. b. Grouted Riprap 31 37 00 - 5 RIPRAP Page 5 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids grouted after all the stones are in place. c. Mortared Riprap 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is placed. 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in stone riprap, and place to a tight fit. 3. Do not place mortar or grout when the air temperature is below 35 degrees Fahrenheit. 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise approved, place filter fabric with the length running up and down the slope. Ensure fabric has a minimum overlap of 2 feet. 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or Ushaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing may be used when approved. 6. Large a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place stones in a single layer with close joints so that most of their weight is carried by the earth and not by the adjacent stones. b. Place the upright axis of the stones at an angle of approximately 90 degrees to the embankment slope. c. Place each course from the bottom of the embankment upward with the larger stones in the lower courses. d. Fill open joints between stones with spalls. e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch variation between the tops of adjacent stones. Replace, embed deeper, or chip away stones that project more than the allowable amount above the finished surface. f. When the Drawings require Large stone riprap to be grouted, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet the stones, fill the spaces between the stones with grout, and pack. Sweep the surface of the riprap with a stiff broom after grouting. 7. Medium a. Dry Placement 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared horizontal earth bed, and overlap the underlying course to secure a lapped surface. 2) Place the large stones first, roughly arranged in close contact. Fill the spaces between the large stones with suitably sized stones placed to leave the surface evenly stepped and conforming to the contour required. 3) Place stone to drain water down the face of the slope. 6 b. Grouting 31 37 00 - 6 RIPRAP Page 6 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flatsurfaced stones to produce an even surface with minimal voids. 2) Place stones with the flat surface facing upward parallel to the slope. Place the largest stones near the base of the slope. 3) Fill spaces between the larger stones with stones of suitable size, leaving the surface smooth, tight, and conforming to the contour required. 4) Place the stones to create a plane surface with a maximum variation of 6 inches in 10 feet from true plane. Provide the same degree of accuracy for warped and curved surfaces. 5) Prevent earth, sand or foreign material from filling the spaces between the stones. After the stones are in place, thoroughly wet them, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. c. Mortaring 1) Construct riprap as shown in Figure 2. Lap courses as described for dry placement. Before placing mortar, wet the stones thoroughly. 2) As the larger stones are placed, bed them in fresh mortar and shove adjacent stones into contact with one another. 3) After completing the work, spread all excess mortar forced out during placement of the stones uniformly over them to fill all voids completely. Point up all joints roughly either with flush joints or with shallow, smoothraked joints as directed. D. Block 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base course. Bed the base course of stone well into the ground with the edges in contact. Bed and place each succeeding course in even contact with the preceding course. 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure the finished surface presents an even, tight surface, true to the line and grades of the typical sections. 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or foreign material from filling the spaces between the stones. After the stones are in place, wet them thoroughly, fill the spaces between them with grout, and pack. Sweep the surface with a stiff broom after grouting. E. Slab 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the limits shown on the Drawings. Place stone for riprap on the bedding material to produce a reasonably well-graded mass of riprap with the minimum practicable percentage of voids. 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the field. A tolerance of +6 inches and -0 inch from the slope line and grades shown on the Drawings is allowed in the finished surface of the riprap. 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding material. Ensure that the entire mass of stones in their final position is free from objectionable pockets of small stones and clusters of larger stones. 7 31 37 00 - 7 RIPRAP Page 7 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 4. Do not place riprap in layers, and do not place it by dumping it into chutes, dumping it from the top of the slope, pushing it from the top of the slope, or any method likely to cause segregation of the various sizes. 5. Obtain the desired distribution of the various sizes of stones throughout the mass by selective loading of material at the quarry or other source or by other methods of placement that will produce the specified results. 6. Rearrange individual stones by mechanical equipment or by hand if necessary to obtain a reasonably well-graded distribution of stone sizes. F. Special Riprap 1. Construct special riprap according to the Drawings. 3.5 REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS Figure 1 - Large stone riprap, dry or grouted. 8 31 37 00 - 8 RIPRAP Page 8 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 Figure 2 - Medium stone riprap, dry or grouted. Figure 3 - Medium stone riprap, mortared. 9 31 37 00 - 9 RIPRAP Page 9 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 Figure 4 – Block stone riprap, dry or grouted. Figure 5 – Slab stone riprap 31 37 00 - 10 RIPRAP Page 10 of 10 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised December 20, 2012 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3.4.B. – defined compaction requirements beneath concrete rip rap Division 32 – Exterior Improvements Temporary Irrigation 32 01 90 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 32 01 80.90 TEMPORARY IRRIGATION 1.00 GENERAL 1.01 SUMMARY A. The work covered by this section consists of all material and labor related to installation, maintenance, operation, and removal of temporary irrigation measures. B. Installed temporary irrigation will be capable of full operation for a period of no less than 24 months after the CONTRACTOR has completed installation of all project permanent vegetation. C. Temporary irrigation may be used to support cover crop establishment and maintenance. 1.02 REFERENCE STANDARDS A. 32 90 00 Plantings 2.00 PRODUCTS 2.01 MATERIALS A. The CONTRACTOR will determine the type, size, zoning, and quantity of pipe tubing, pipe fittings, support posts, sprinkler heads, fasteners, components, and/or items required to install and maintain temporary irrigation. Support posts will be galvanized metal angle iron, tube, and/or pipe with a minimum length of 10 feet. B. The CONTRACTOR will coordinate with the CITY on the type of connection, meter, backflow preventer, pressure reducer valve, and other incidental components and/or items required to connect the temporary irrigation to CITY water. C. The CONTRACTOR will install a temporary locking vault, box, or other security measures to prevent accidental and/or intentional activation of the temporary irrigation system. D. The CONTRACTOR will coordinate with the CITY/ENGINEER to determine the quantity of water enough to establish and maintain installed vegetation at the site. Coordination with the CITY/ENGINEER does not relieve the CONTRACTOR of responsibility to provide enough watering. 3.00 EXECUTION 3.01 GENERAL A. The CONTRACTOR will install support posts with a minimum height above the ground of 7 feet and a minimum buried depth of 3 feet. The support post will be installed on the flood plain and/or upland areas with enough frequency to provide complete irrigation coverage. B. The CONTRACTOR will install sprinkler head a minimum of 7’ above the adjacent ground. The sprinklers will be installed on the floodplain and/or upland areas with enough frequency to provide complete irrigation coverage. Temporary Irrigation 32 01 90 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 C. The temporary irrigation pipe is to run along the surface of the ground. The CONTRACTOR may submit in writing a request to bury the irrigation pipe for review and approval by the CITY. D. The CONTRACTOR is not required to create sprinkler zones. 3.02 OPERATION AND MAINTENANCE A. The CONTRACTOR will operate and maintain the temporary irrigation system after installation through the 12-month vegetation warranty period. Operations and maintenance of the temporary irrigation by the CONTRACTOR may continue after the 12- month period based on the requirements of the warranty. B. The CITY may extend or modify the CONTRACTOR’s operation and maintenance period for the temporary irrigation. C. The CONTRACTOR may need to make adjustments to the water quantity based on weather conditions at the site during construction and the 12-month warranty period. D. The CONTRACTOR will fully remove the temporary irrigation system from the site following the end of the operation and maintenance period. 4.00 MEASUREMENT A. The quantity of temporary irrigation to paid for will be lump sum. There will be no separate measurement for temporary irrigation. B. There will be no separate measurement of materials and/or labor hours spent on maintenance of the temporary irrigation during construction and/or the 12-month vegetation warranty period. C. Measurement of materials and/or labor related to extension of the Temporary Irrigation Operations and/or Maintenance period is not covered by this specification. 5.00 PAYMENT A. All work covered by this Item will be paid for at the contract lump sum price bid for “Temporary Irrigation”. Such price will be full payment for the work covered by this specification including all materials, labor, maintenance, and any other items incidental to the work. B. Payment for materials and/or labor related to extension of the Temporary Irrigation Operations and/or Maintenance period is not covered by this specification. END OF SECTION Chain Link Fence and Gates 32 31 13 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 32 31 13 CHAIN LINK FENCE AND GATES 1.00 GENERAL 1.01 SUMMARY A. Section Includes: 1. Galvanized coated chain link (security) fencing and accessories in accordance with the City’s Zoning Ordinance 2. Wrought iron fencing and accessories 3. Steel tube fencing and accessories 4. On utility projects: a. When existing fence is within the project site (i.e., parallel to the utility trench and/or within utility easement) and is directly disturbed by construction activities, fencing will be paid for as listed in Article 1.2 below. b. When existing fence is crossing the proposed utility trench, the work performed and materials furnished in accordance with fence replacement will be considered subsidiary to the trench and no other compensation will be allowed. c. When existing fence is outside of the limits of the project site or is identified as protected on the Drawings and is disturbed by construction activities, replacement will be at the expense of the CONTRACTOR and no other compensation will be allowed. B. Deviations from this City of Fort Worth Standard Specification 1. Security measure shall be installed on top of the fence. Measure shall match exiting fence protection in material and placement. CONTRACTOR to provide security measure for approval by the CITY prior to installation. Security measure cost is subsidiary to fence installation. 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 1.02 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Chain Link Fence a. Measurement 1). Measurement for this Item shall be by the linear foot of Chain Link Fence installed. b. Payment Chain Link Fence and Gates 32 31 13 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 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 of Chain Link Fence installed for various: a). Heights b). Fabric materials c. The price bid shall include: 1). Furnishing and installing all fence and gate materials 2). Mow strip, if shown in Drawings 3). Cleanup 4). Hauling 2. Wrought Iron Fence a. Measurement 1). Measurement for this Item shall be by the linear foot of Wrought Iron Fence installed. 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 of Wrought Iron Fence installed for various heights. c. The price bid shall include: 1). Furnishing and installing all fence and gate materials 2). Mow strip, if shown in Drawings 3). Cleanup 4). Hauling 3. Steel Tube Fence a. Measurement 1). Measurement for this Item shall be by the linear foot of Steel Tube Fence installed. 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 of Steel Tube Fence installed for various heights. c. The price bid shall include: 1). Furnishing and installing all fence and gate materials 2). Mow strip, if shown in Drawings 3). Cleanup 4). Hauling Chain Link Fence and Gates 32 31 13 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 1.03 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. American Society for Testing and Materials (ASTM): a. A 36, Standard Specification for Carbon Structural Steel b. A 123, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products c. A 392, Standard Specification for Zinc-Coated Steel Chain-Link Fence Fabric d. A 500, Standard Specification for Cold-Formed Welded and Seamless Carbon e. Steel Structural Tubing in Rounds and Shapes f. F 626, Standard Specification for Fence Fittings g. F 1043, Standard Specification for Strength and Protective Coatings on Steel h. Industrial Chain Link Fence Framework i. F 1083, Standard Specification for Pipe, Steel, Hot-Dipped Zinc-Coated j. (Galvanized) Welded, for Fence Structures k. F 1183, Specification for Aluminum Alloy Chain Link Fence Fabric 1.04 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.05 ACTION SUBMITTALS A. Shop drawings 1. Layout of fences and gates with dimensions, details, and finishes of components, accessories and post foundations if requested by the CITY. B. Product data 1. Manufacturer’s catalog cuts indicating material compliance and specified options. 1.06 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.07 CLOSEOUT SUBMITTALS [NOT USED] 1.08 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.09 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] Chain Link Fence and Gates 32 31 13 - 4 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 2.00 PRODUCTS 2.01 OWNER-FURNISHED [NOT USED] 2.02 MANUFACTURED UNITS/MATERIALS A. Manufacturer 1. Minimum of 5 years of experience manufacturing galvanized coated chain link fencing 2. Approved Manufacturer or equal: a. Allied Fence, Inc. b. American Fence Corp. c. Anchor Fence, Inc. d. Master Halco, Inc. B. Materials 1. Chain Link Fence a. General 1). Posts, gate frames, braces, rails, stretcher bars, truss rods and tension wire shall be of steel 2). Gate hinges, post caps, barbed wire supporting arms, stretcher bar bands and other parts shall be of steel, malleable iron, ductile iron or equal 3). Post tops, rail end, ties and clips may be of aluminum 4). Use only new material, or salvaged/existing material if approved by CITY or noted on Drawings b. Steel Fabric 1). Fabric a). No. 9 gauge b). 2-inch mesh (1). Commercial: both top and bottom selvages twisted and barged (2). Residential: match existing or both top and bottom selvages knuckled (3). Furnish 1-piece fabric width 2). Fabric Finish: Galvanized, ASTM A 392, Class I, with not less than 1.2 oz. zinc per square foot of surface c. Aluminum Fabric 1). Fabric a). ASTM F 1183 b). No. 9 gauge c). 2-inch mesh, with both top and bottom selvages twisted and barged Chain Link Fence and Gates 32 31 13 - 5 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 d). Furnish 1-piece fabric widths d. Steel Framing 1). Steel pipe - Type I a) ASTM F 1083 a). Standard weight schedule 40 b). Minimum yield strength: 30,000 psi c). Sizes as indicated d). Hot-dipped galvanized with minimum average 1.8 oz/ft² of coated surface area 2). Steel pipe - Type II a). ASTM F 1043, Group IC b). Minimum yield strength: 50,000 psi c). Sizes as indicated on Drawings d). Protective coating per ASTM F 1043 (1). External coating Type B (a). Zinc with organic overcoat (b). 0.9 oz/ft² minimum zinc coating with chromate conversion coating and verifiable polymer film (2). Internal coating Type B (a). Minimum 0.9 oz/ft² zinc or Type D, zinc pigmented, 81 percent nominal coating, minimum 3 mils 3). Formed steel (“C”) sections: a). Roll formed steel shapes complying with ASTM F 1043, Group II b). Minimum yield strength: 45,000 psi (310 MPa) c). Sizes as indicated on Drawings d). External coating per ASTM F 1043, Type A (1). Minimum average 2.0 oz/ft² of zinc per ASTM A 123 4). Steel square sections a). ASTM A 500, Grade B b). Minimum yield strength: 40,000 psi c). Sizes as indicated on Drawings d). Hot-dipped galvanized with minimum 1.8 oz/ft² of coated surface area e. Accessories 1). Chain link fence accessories a). ASTM F 626 Chain Link Fence and Gates 32 31 13 - 6 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 b). Provide items required to complete fence system c). Galvanize each ferrous metal item and finish to match framing 2). Post caps a). Formed steel or cast malleable iron weather tight closure cap for tubular posts b). Provide 1 cap for each post c). Cap to have provision for barbed wire when necessary d). “C” shaped line post without top rail or barbed wire supporting arms do not require post caps e). Where top rail is used, provide tops to permit passage of top rail 3). Top rail and rail ends a). 1 5/8 inch diameter galvanized round pipe for horizontal railing b). Pressed steel per ASTM F626 c). For connection of rail and brace to terminal posts 4). Top rail sleeves a). 7-inch expansion sleeve with a minimum 0.137-inch wire diameter and 1.80- inch length spring, allowing for expansion and contraction of top rail 5). Wire ties a). 9 gauge galvanized steel wire for attachment of fabric to line posts b). Double wrap 13 gauge for rails and braces. c). Hog ring ties of 12-1/2 gauge for attachment 6). Brace and tension (stretcher bar) bands a). Pressed steel b). Minimum 300-degree profile curvature for secure fence post attachment c). At square post provide tension bar clips 7). Tension (stretcher) bars: a). 1 piece lengths equal to 2 inches less than full height of fabric b). Minimum cross-section of 3/16 inch x 3/4 inch c). Provide tension (stretcher) bars where chain link fabric meets terminal posts 8). Tension wire a). Galvanized coated steel wire, 6 gauge, [0.192 inch] diameter wire b). Tensile strength: 75,000 psi 9). Truss rods & tightener a). Steel rods with minimum diameter of 5/16 inch Chain Link Fence and Gates 32 31 13 - 7 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 b). Capable of withstanding a tension of minimum 2,000 pounds 10). Nuts and bolts are galvanized. 2. Wrought Iron Fence: specified per Drawings 3. Steel Tube Fence: specified per Drawings 4. Setting Materials a. Concrete 1). Minimum 28-day compressive strength of 3,000 psi 2). Bagged concrete allowed b. Drive Anchors 1). Galvanized angles 2). ASTM A 36 steel 3). 1-inch x 1-inch x 30-inch galvanized shoe clamps to secure angles to posts 2.03 ACCESSORIES [NOT USED] 2.04 SOURCE QUALITY CONTROL [NOT USED] 3.00 EXECUTION 3.01 INSTALLERS [NOT USED] 3.02 EXAMINATION A. Verification of Conditions 1. Verify areas to receive fencing are completed to final grades and elevations 2. Ensure property lines and legal boundaries of work are clearly established 3.03 PREPARATION [NOT USED] 3.04 INSTALLATION A. Chain Link Fence Framing 1. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30 degrees or more 2. Space line posts uniformly at 10 feet on center 3. Set all posts in concrete a. Drill holes in firm, undisturbed or compacted soil b. Drill hole diameter 4 times greater than outside dimension of post c. Set post bottom 24 inches below surface when in firm, undisturbed soil d. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads Chain Link Fence and Gates 32 31 13 - 8 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 e. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. 4. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations 5. Bracing a. Install horizontal pipe brace at mid-height for fences 6 feet and taller, on each side of terminal posts b. Firmly attach with fittings c. Install diagonal truss rods at these points d. Adjust truss rod, ensuring posts remain plumb 6. Tension wire a. Provide tension wire at bottom of fabric and at top, if top rail is not specified b. Install tension wire before stretching fabric and attach to each post with ties c. Secure tension wire to fabric with 12-1/2 gauge hog rings 24 inches on center 7. Top rail a. Install lengths, 21 feet b. Connect joints with sleeves for rigid connections for expansion/contraction 8. Center rails for fabric height 12 feet and taller a. Install mid rails between posts with fittings and accessories 9. Bottom rails: Install bottom rails between posts with fittings and accessories B. Chain Link Fabric Installation 1. Fabric a. Install fabric on security side and attach so that fabric remains in tension after pulling force is released b. Leave approximately 2 inches between finish grade and bottom selvage c. Attach fabric with wire ties to line posts at 15 inches on center and to rails, braces, and tension wire at 24 inches on center 2. Tension (stretcher) bars a. Pull fabric taut b. Thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15 inches on center 3. Accessories a. Tie wires: Bend ends of wire to minimize hazard to persons and clothing b. Fasteners: Install nuts on side of fence opposite fabric side for added security c. Slats: Install slats in accordance with manufacturer’s instructions Chain Link Fence and Gates 32 31 13 - 9 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 C. Wrought Iron Installation: install per Drawings D. Steel Tube Fence: install per Drawings 3.05 REPAIR/RESTORATION [NOT USED] 3.06 RE-INSTALLATION [NOT USED] 3.07 FIELD QUALITY CONTROL [NOT USED] 3.08 SYSTEM STARTUP [NOT USED] 3.09 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A. modified to describe when City would pay for fence replacement on utility projects Plantings 32 90 00 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 32 90 00 PLANTINGS 1.00 GENERAL 1.01 SUMMARY A. The work covered by this section consists of furnishing, installing, and maintaining all vegetative plantings at locations described on the Plans, Project Manual, and as directed by the ENGINEER. The work includes planting bed preparation, initial planting, plant establishment, watering, and replacement planting. Seeded and mulched areas that have been disturbed from the Vegetation Planting operation shall receive further Seeding and Mulching. The CONTRACTOR shall perform the work in a careful, workmanlike manner that will promote the continued life and healthy growth of all plants in their final location. B. Vegetation types include: 1. Seeding – Native Plants 2. Containerized/Ball & Burlap – Shrubs, Trees 3. Transplanting 4. Live Staking - Dormant Woody Cuttings/Live Stakes/Live Posts C. Locations and Corresponding Methods are: 1. Planting Zone 1 (Streambank) – Native Herbaceous Seeding and Live Stakes 2. Planting Zone 2 (Floodplain Bench) – Native Herbaceous Seeding, Bare Root Seedlings – Shrubs, Trees 3. Planting Zone 3 (Terrace Slopes) – Native Herbaceous Seeding, Bare Root Seedlings, Containerized/B&B – Shrubs, Trees 4. Utility – Cover Crop and Native Grasses 1.02 REFERENCE STANDARDS A. 31 25 00 Erosion and Sediment Control B. 31 22 19.90 Comprehensive Floodplain and Upland Grading C. 31 22 19.13 Furnished Topsoil 1.03 SUBMITTALS A. Submittals shall be in accordance with Section 01 33 00 “Document Management”. B. Provide sources and invoices for seed to be used for this Project. C. Producer’s certificate of compliance – Submit to the ENGINEER at least 5 days prior to delivery written documentation verifying compliance of mixture of seed furnished. Include percentage of various seed species, year of production, germination rate, seed bag tags, and weed seed content. D. Provide a planting schedule (start and completion dates). Plantings 32 90 00 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 E. Document proposed soil amendment material(s) and source(s) and submit to the ENGINEER for review and approval, a minimum of two (2) weeks prior to application. 2.00 PRODUCTS 2.01 SUBMITTALS A. Provide submittals consistent with CITY contract documents. B. Provide sources and invoices for seed to be used for this Project. C. Producer’s certificate of compliance – Submit to the ENGINEER at least 5 days prior to delivery written documentation verifying compliance of mixture of seed furnished. Include percentage of various seed species, year of production, germination rate, seed bag tags, and weed seed content. D. Provide a planting schedule (start and completion dates). E. Document proposed soil amendment material(s) and source(s) and submit to the ENGINEER for review and approval, a minimum of two (2) weeks prior to application. 2.02 EQUIPMENT A. The CONTRACTOR may use heavy equipment including excavators, loaders, and skid steers along with hand tools, including shovels, rakes, dibble bars, and hoedads. 2.03 SPECIES A. CONTRACTOR shall refer to planting tables shown on the plans. 2.04 MATERIAL SOURCES A. The CONTRACTOR shall locate sources for all specified vegetation and place orders immediately following notice to proceed. Requests for substitutions shall be submitted to the ENGINEER within two weeks of notice to proceed. B. Material Source information shall include the following: 1. CONTRACTOR shall notify OWNER a minimum of three business days prior to planting to assist in the layout of the plant material. 2. CONTRACTOR shall provide the name and location of and contact information for any plant supplier. 3. CONTRACTOR shall provide planting schedule (start and completion dates). 4. The CONTRACTOR shall furnish a copy of any tickets, tags, or manifests for purchased and/or harvested plant materials. 2.05 HANDLING A. All plant material shall be handled with care to limit stress and damage. Damaged seed, shrubs, trees, and/or live stakes shall not be used. B. In digging, loading, transporting, unloading, planting, or otherwise handling plants, the CONTRACTOR shall exercise utmost care and use adequate precautions to prevent injury to Plantings 32 90 00 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 or drying out of the trunk, branches, or roots as well as prevent freezing of the plant roots. Container vegetation must always be handled by the container and never by the tops of the plants. Unless directed otherwise by the ENGINEER, vegetative plantings shall be dormant at the time of acquisition and planting but living based on the presence of young buds and green bark. Vegetation Plantings shall be installed between November 15 and May 15, unless directed otherwise by the ENGINEER. C. No planting shall be done when the temperature is below 32 degrees F, when soil to be excavated for the plant hole is frozen, when the sides or bottom of the plant hole are frozen, or when the soil to be used for backfilling is frozen or too wet. No trees shall be planted in utility easements or under utility lines, whether or not indicated on the plans. The CONTRACTOR shall consult the ENGINEER for direction on the type of vegetation to plant in utility easements and under utility lines. Generally, vegetation plantings shall be minimized or eliminated in these areas. When allowed, only low-growing vegetation shall be permitted. D. Labels shall be attached securely to all planting materials (seed, dormant cuttings, fertilizer, etc.). Labels shall be durable, legible, use weather-resistant ink or other resilient lettering, so the OWNER may determine that all materials conform to the specifications (size, species, origin, etc.). E. Seed 1. Seed shall be stored in a cool, shaded, and dry location; in the bag provided by the supplier. 2. Seed tags should remain on bags. F. Containerized/B&B -Trees and Shrubs 1. Tree and shrub delivery should be on the same day as planting. No plants shall be stored at the site without permission of the OWNER for more than two days. Trees and shrubs must never be handled by the tops of the plants. Dropping of material will not be allowed. Handling of trees and shrubs by their trunks will not be allowed. Unless directed otherwise by the ENGINEER, vegetative plantings shall be dormant at the time of acquisition and planting but living based on the presence of young buds and green bark. All plant roots must be kept in a moist condition. 2. Outside storage locations shall be continually shaded and protected from wind. Do not allow plants to dry out. Store plants in a cool wet place with roots under wet mulch, wet straw, or wet soil. Tops should remain dry, however, DO NOT ALLOW WHOLE PLANT TO DRY OUT. All plant roots must be kept in a moist condition. 3. Protect from freezing. Temperature shall be maintained between 34-38 degrees F, relative humidity shall be kept above 85%, and there shall be good air circulation around the plants. The CONTRACTOR will inform the ENGINEER of any plants that have broken dormancy during transit. Plants that have broken dormancy will only be planted at the ENGINEER’S direction. G. Bare Roots/Tubelings 1. Hardwood species planted as bare root/tubeling seedlings must have a minimum of four first-order lateral roots (FOLR) that exceed 1 mm in diameter. Seedlings that do not possess the minimum number of FOLR will be culled from planting. Plantings 32 90 00 - 4 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 2. Hardwood bare root/tubeling seedlings that will form the canopy must have a minimum root collar diameter (RCD) of 3/8 inches. Seedlings with lesser RCDs will be culled from planting. For species of bare root/tubeling seedlings that do not typically exhibit RCDs of 3/8 inches, such as bald cypress or river birch, a minimum RCD of ¼ inch may be allowed. 3. Roots shall be dipped in a polymer-based root dip prior to planting to aid in plant survival during dry periods. H. Transplanting 1. Trees and shrubs that have been dug for transplanting should be planted as soon as possible. Cover a root ball with damp material which will retain moisture until planting. When a tree is stored, it should be protected from direct sunlight, winds, and temperature extremes. If any woody plants cannot be planted for more than a week, their roots should be covered with mulch or moist soil (“heeled-in”) and the plants should be placed in a shaded area. 2. Trees and shrubs must be protected when transporting to a planting site. Covered trucks and vans are preferable. If a pickup truck or open trailer is used, a tarp must be in place to protect the plant foliage and roots from drying and damage during transit. Plants must be watered immediately after transporting if moved in an open-air trailer. I. Dormant Woody Cuttings 1. Materials shall be installed the same day as prepared or stored in a refrigerated area and kept moist for no longer than two weeks. Bundles of harvested live material should be kept with cut ends submerged in water to keep cut ends moist at all times. 2. Protect cuttings at all times from sun, drying winds, and frost. Cuttings that cannot be planted immediately on delivery shall be kept well protected from winds and frost. Care shall be taken to keep bundles moist during transportation from the harvest site to the planting site. Live cuttings that appear to be dried out or damaged during transportation will not be accepted. Rejected live cuttings may be marked by the OWNER. 2.06 TIMING A. Plantings shall be installed between November 15 and May 15, unless otherwise directed by the ENGINEER. Since evergreens are especially prone to winter browning if planting is delayed, they should be installed in early fall (late September through October). Fall planting success may be increased by planting hardy plants into sites with good soil moisture and wind protection. B. The CONTRACTOR will install plants when the soil is moist and when the plant is not under moisture stress. Water all woody plants two to three days before installing if the soil is dry. 2.07 SOIL SUITABILITY, TESTING, AND AMENDMENTS A. The CONTRACTOR shall consult with the ENGINEER prior to the application of soil amendments. B. Fertilizer (including root dips) and other soil additives (e.g., topsoil, compost, mycorrhizal, etc.) shall be applied by the CONTRACTOR, as necessary, to ensure the success of the Plantings 32 90 00 - 5 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 plantings in certain soil types through the one-year monitoring period. Care shall be taken to minimize nutrient and pollutant loading to aquatic ecosystems through the addition of fertilizer or other additives. 3.00 EXECUTION 3.01 GENERAL A. A tolerance of +/- 0.2 feet (2.4 inches) from the established grades indicated on the grading plan, profile, and typical sections will be permitted for earth surfaces. Field conditions may dictate necessary adjustments to grading operations. In such cases, the ENGINEER shall indicate adjustments to the CONTRACTOR. Adjustments may include, but are not limited to, spot grading in areas where shrub and tree transplants need to be planted and transition areas at the confluence of streams and ditches. Grading in these areas will be on a site- specific basis. Site grading also includes any re-grading of roadside ditches necessary for the installation of drainage pipe for construction entrances. No additional payment shall be made for such adjustments to the site grading. B. Finish grades are to be inspected and approved by the ENGINEER prior to start of permanent seeding and/or planting. The CONTRACTOR shall verify subgrade elevations with the OWNER’s representative prior to placement. C. The CONTRACTOR shall test site soils to evaluate the nutrient status of the soil prior to planting. Soils shall be sampled and tested. The “Soil Test Report” shall be submitted to the OWNER within 10 business days of receipt by the CONTRACTOR. D. If soil amendments are required, the Contactor shall submit a list of proposed soil amendments to the ENGINEER of approval 14 days prior to application. E. The CONTRACTOR shall be responsible for determining and ensuring proper application of soil amendments. The contractor shall comply with local, state, and federal laws related to the application of any proposed soil amendment(s) adjacent to water bodies. 3.02 NATIVE SEEDING A. Seeding is divided into two categories: temporary and permanent. Temporary mixtures include annual ground covers that grow quickly. Permanent mixtures include native, perennial ground covers that may take significant time to germinate. Both temporary and permanent seeding is to be sown together unless the construction sequence requires a later disturbance of the area that will destroy the permanent ground cover. The temporary seed will sprout quickly and provide a ground cover that stabilizes the soil and minimizes erosion and sedimentation. At the turn of the season, the temporary seed will die off. However, the permanent seed will have had additional time to germinate and grow, becoming a ground cover that can reduce erosion and sedimentation. B. The CONTRACTOR is responsible for establishing and maintaining vegetation on all disturbed areas. Disturbed areas shall be seeded, fertilized, mulched, and tacked within three days of the completion of construction activities in that area. Disturbed areas must be vegetated within timeframes dictated by permit requirements. When the CONTRACTOR fails or neglects to diligently pursue the control of erosion and siltation, the ENGINEER may suspend the CONTRACTOR’s grading operations. If an area is disturbed after initial vegetation establishment or vegetation otherwise fails to become established, the CONTRACTOR is Plantings 32 90 00 - 6 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 required to do all work necessary to prepare, reseed, and mulch the area until vegetation is established using a combination of temporary and permanent seed. No additional compensation shall be made for this effort. This may require several supplemental seeding and mulching and/or multiple seeding and mulching applications. In locations where disturbance of the area at a later time is inevitable, but erosion control requirements oblige the CONTRACTOR to establish a vegetative cover, the CONTRACTOR shall use a temporary seed mixture. Once land disturbing activities cease, a temporary/permanent seed mix combination and fertilizer may be applied to the area. Temporary seeding shall be applied in conjunction with permanent seeding whenever viable. Fertilizer is only to be used with the permanent seeding. C. The CONTRACTOR shall prepare the seedbed for the permanent establishment of native seed mix by ripping, tilling, disking, raking or otherwise scarifying the soil surface to a depth appropriate for the type(s) of seed being planted. The CONTRACTOR shall broadcast the specified seed mix in locations specified on the Planting Plan and lightly rake the seed into the top 0.25 inch-0.5 inch of topsoil. D. Seed shall meet the requirements of Item 164 of the Texas Department of Transportation Standard Specifications. Only certified seed shall be allowed unless the ENGINEER specifies otherwise in writing. The Planting Schedule in the Plans gives the particular variety of seed used in the permanent and temporary seed mixtures as well as the planting zones. Seed mixtures shall be a minimum of 75% pure live seed (PLS). The CONTRACTOR shall submit a copy of the seed label to the ENGINEER for approval. The label shall provide detailed information including, but not limited to, germination rates, noxious weed seeds, date and location of harvest. The CONTRACTOR shall not accept seed from a vendor who cannot supply this information about the viability, purity, and provenance of the seed. Wet seed or seed that is moldy or otherwise damaged in transit or storage is not to be used. E. The specified seed mix shall be applied by hand or by using a hand-held broadcast spreader at a rate identified on the plans. Seed shall be applied over two passes in perpendicular directions. F. Following native seed installation, all seeded areas shall be over seeded in a separate application with a cover/nurse crop species and rate identified on the plans. Following seed installation, straw mulch shall be spread over all seeded areas. G. Mulching will be in accordance with Item 164 – Seeding for Erosion Control from the Texas Department of Transportation (TxDOT) Specifications the most current 2014 Edition and all subsequent revisions and supplements. H. Mulch applied by means of a hydro-seeder shall be a wood/cellulose fiber mixture that contains equal portions of wood fiber material and cellulose fiber material. Wood fiber hydro-seeding mulch shall be made from wood chip particles manufactured particularly for discharging uniformly on the ground surface when dispersed by a hydraulic water sprayer. Cellulose fiber hydro-seeding mulch shall be made from recycled magazine stock products that are shredded into small pieces for discharging uniformly on the ground surface when dispersed by a hydraulic water sprayer. The mixture shall remain in uniform suspension in water under agitation and blended with grass seed and fertilizer to form homogeneous slurry. The fibers shall intertwine physically to form a strong moisture-holding mat on the ground surface and allow rainfall to percolate the underlying soil. The fiber material shall be heat processed and contain no germination or growth–inhibiting factors. It shall be dyed Plantings 32 90 00 - 7 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 (non-toxic) an appropriate color (i.e., green) to facilitate the application of material. Suppliers shall be prepared to certify that laboratory and field-testing of their product has been accomplished and that it meets all of the foregoing requirements based upon such testing. 3.03 CONTAINERIZED/BALL & BURLAP TREE AND SHRUB PLANTING A. Dig a hole large enough that any roots can hang downward and not be curled and the top of the plant, including any horizontal growth, is above the ground. Heel in soil at base of plant to ensure root to soil contact. Leave the plant in a vertical position. B. If plants are installed in late fall and winter the plant shall be installed slightly deeper than they were planted at the nursery. C. Installation instructions shall be in accordance with the plans and specifications or as advised by a commercial plant supplier. D. Shrubs and trees should be thoroughly watered immediately after planting. Thereafter, the soil must be regularly monitored to prevent drying out. If rainfall is less than 0.25 inches a week, the soil around the roots should be deeply watered approximately every 10-14 days. 3.04 BARE ROOT/TUBELING PLANTING A. The storage, handling, and planting of bare-root/tubeling seedlings will follow the procedures outlined in the Texas Forestry Technical Note TX-FS-12-4 Seedling Planting Guidelines. Bare roots will be installed in the location and in the configuration presented in the plans. B. All bare root/tubeling seedlings will be planted with a hoe-dad, KBC bar, dibble bar, or OST bar. The ENGINEER may monitor the planting operation to enforce correct planting techniques. Each planted bare root/tubeling seedling must be mulched with two flakes from a bale of straw or other organic material approved by ENGINEER. C. The ENGINEER will conduct inspections of permanent vegetation. Seedlings are to be examined for above-ground and below-ground defects that include, but are not limited to, the following: cull seedlings; planted excessively deep or shallow; more than one tree per planting location; loosely planted seedlings; excessively leaning seedlings; dead or damaged seedlings; cull seedling (RCD/ FOLR); debris in planting hole; ‘J’, ‘U’, or ‘L’ rooted seedlings; and twisted roots. 3.05 DORMANT WOODY CUTTINGS/LIVE STAKES A. Live stakes shall be ½” to 2” in diameter and 2 to 4 feet in length. The ENGINEER may direct alternative size requirements for species that do not perform well at the noted diameters. B. The basal ends of the live stakes shall be cleanly cut at an angle to facilitate easy insertion into the soil and the tops shall be cut square or blunt for tamping. All lateral limbs and shoots shall be removed from the live cutting, avoiding damage to the bark ridge and branch collar. C. Materials shall be installed the same day as prepared or stored in cold, moist conditions (40- 50oF, >50% humidity) for no longer than 2 weeks until use. Cuttings shall remain wet until Plantings 32 90 00 - 8 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 they are planted. Outside storage locations shall be continually shaded and protected from wind and direct sunlight. D. All lateral branches shall be carefully removed to avoid damage to the bark ridge and branch collar. All live stakes shall be scarred along the inserted end of the stake to promote root growth. A minimum of two buds shall be above grade. E. Live stakes shall be installed in the location and according to the configuration presented in the plans. Live stakes shall be tamped perpendicularly into the finished bank slope with a dead blow hammer, with buds oriented in an upward direction. Stakes shall be tamped until approximately ¾ of the stake length is within the ground. One to two inches shall be cut cleanly off of the top of each live stake (with loppers) at an angle of approximately 15 degrees following installation. Any stakes that are split or damaged during installation shall be removed and replaced. A minimum of two buds shall be above the planting depth. The area around each live stake shall be compacted by foot after the live stake has been installed. 3.06 MAINTENANCE DURING CONSTRUCTION A. Maintenance shall begin immediately after each vegetation method is completed and continue throughout construction. B. Maintenance consists of spraying for insects and diseases, weeding, watering, and inspecting to see that the vegetation is healthy and performing adequately in protecting the project surfaces. The CONTRACTOR shall be responsible for any permits related to pesticides. C. Vegetation shall be protected at all times against motor vehicle trespassing and damage of any kind for the duration of construction and until acceptance of the work by the City. D. Any vegetation repairs shall be performed to the same specifications as the original installation. 3.07 WATERING A. If sufficient rain is not received to support survivability, the CONTRACTOR must water all plantings as often as necessary to keep the plants alive. Failure to adequately water the site shall be considered a failure to meet intermediate completion dates and result in liquidated damages at the rate specified in the contract. 3.08 FINAL ACCEPTANCE A. Upon completion of all planting operations, including cleanup, the CONTRACTOR shall notify the City and accompany their representative during inspection of the plantings. Any items found to be unsatisfactory shall be corrected prior to approval for final acceptance and payment. B. The CONTRACTOR shall remove all nametags attached to installed plants after final acceptance. 3.09 MAINTENANCE DURING WARRANTY PERIOD Plantings 32 90 00 - 9 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 A. Upon completion of the construction work, the warranty period shall begin unless otherwise specified. Maintenance consists of diseases and nuisance animal control, weeding, and inspecting to see that the vegetation is healthy and performing adequately in protecting the project surfaces. B. Any vegetation repairs and/or replacement required under maintenance shall be performed to the same specifications as the original installation. C. The warranty period shall extend for a duration of not less than two years, and at least two COMPLETE growing seasons. 3.10 PERFORMANCE REQUIREMENTS A. All vegetation shall be in a satisfactory and acceptable condition when the CONTRACTOR applies for payment. B. The CONTRACTOR shall be responsible for the replacement of non-living vegetation if the survivability rates are not met at the end of the first year following planting, and again after the completed two-year warranty period. Vegetation replaced within construction warranty period shall be under warranty for an additional year. C. Survivability Requirements: 1. Native Seeding a. 70% ground cover b. Assessed through square meter randomly selected c. No bare areas greater than 3’ x 3’ 2. Live Staking a. 80% survivability b. Assessed along 100’ plot along one stream bank 3. Bare Root and Tubelings a. 80% survivability b. Assessed by randomly located 1/10th acre fixed-radius plots 4. Containerized and B&B Plants a. 100% survivability b. Assessed by randomly located 1/10th acre fixed-radius plots D. The CONTRACTOR shall be responsible for maintaining a survival rate on all replacement plantings that will meet the survival requirements of the original planting plan. The two- year monitoring period begins upon initial acceptance by the City of the original landscape plantings. E. The CONTRACTOR is not responsible for survival of plantings that were removed or damaged by yard maintenance activities, vandals and/or wildlife. In such cases, clear evidence of tampering must be shown in order to waive the survivability requirements. 4.00 TOLERANCES – NOT USED Plantings 32 90 00 - 10 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 5.00 MEASUREMENT A. The quantity of live stakes to be paid for will be the actual number of “Live Stakes”, installed and maintained. B. The quantity of containerized/ball & burlap and bare root/tubeling planting to be paid for will be the actual number of “Trees” and “Shrubs”, installed and maintained. C. The quantity of seeding to be paid for will be the actual acre surface area for “Permanent Seeding” or “Temporary Seeding” covered, installed, and maintained. 6.00 PAYMENT A. All live stake work covered by this Item will be paid for at the contract per each price bid for “Live Stakes”. Such price will be full payment for the work covered by this specification including all materials, labor and any other items incidental to the work. B. All containerized/ball & burlap and bare root/tubeling work covered by this Item will be paid for at the contract per each price bid for “Trees” and “Shrubs”. Such price will be full payment for the work covered by this specification including all materials, labor and any other items incidental to the work. C. All seeding work covered by this Item will be paid for at the contract per acre bid for “Permanent Seeding” or “Temporary Seeding”. Such price will be full payment for the work covered by this specification including all materials, labor, warranty, and any other items incidental to the work. END OF SECTION Division 35 – Waterway and Marine Construction Comprehensive Channel Grading 35 01 50.95 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 35 01 50.95 COMPREHENSIVE CHANNEL GRADING 1.00 GENERAL 1.01 SUMMARY A. The work covered by this section consists of all items related to clearing and grubbing, rough grading and fine grading, including excavation, within the channel bankfull limits (top of bank). All work will conform to the lines, grades, and typical cross-sections shown on the plans. B. The removal and disposal of existing walls, fences, foundations, and/or miscellaneous debris is included in this work. C. Channel horizontal and vertical control is tied to the proposed channel thalweg. Directions “left” and “right” are determined relative to the channel as if facing downstream. Channel construction will proceed from upstream to downstream unless otherwise specified on the plans and/or submitted written request by the CONTRACTOR. CONTRACTOR will refer to the plans for a detailed Construction Sequence. D. Unless otherwise specified in these Technical Specifications, provide comprehensive channel grading in accordance with the requirements of The City of Fort Worth Standard Construction Specification 31 10 00 Site Clearing and the fifth edition of the Public Works Construction Standards North Central Texas published by the North Central Texas Council of Governments (NCTCOG). 1.02 REFERENCE STANDARDS A. 31 10 00 Site Clearing B. 31 23 00 Excavation and Fill Onsite C. 31 21 16 Unclassified Channel Excavation D. 31 22 19.90 Comprehensive Floodplain and Upland Grading E. 31 37 00 Rock Riprap Bank Protection F. 35 43 60.91 Channel Pools G. 35 43 60.97 Rock Riffle 2.00 PRODUCTS 2.01 MATERIALS A. Channel banks may be constructed of “on-site” including, but not limited to, rocks, cobble, gravel, sand, and silt. Material will be free of refuse, stumps, roots, root mats and other unsatisfactory materials. Approved materials consist of native soils excavated on-site. Topsoil will not be used as fill material but is suitable for top-dressing. Soils used for fill will be consistent with soils found adjacent to fill sites. Organic material should be avoided as fill material adjacent to new channel, but may, in limited quantities, be used to fill old channel when done so away from new channel. Undesirable materials include, but are not limited to, debris or any excavated material that has not been approved for use as fill. Comprehensive Channel Grading 35 01 50.95 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 2.02 EQUIPMENT A. The CONTRACTOR will use standard “heavy” construction equipment to perform the work as described in the construction documents. 3.00 EXECUTION 3.01 CLEARING AND GRUBBING A. All clearing and grubbing operations within the proposed channel limits will be performed prior to the start of channel construction operations except when the woody material is located on or within an existing streambank and is providing stability to that streambank. Channel horizontal and vertical control is tied to the proposed channel thalweg. Directions “left” and “right” are determined relative to the channel as if facing downstream. Channel construction will proceed from upstream to downstream. CONTRACTOR will refer to the plans for a detailed Construction Sequence. B. All clearing and grubbing operations within the proposed channel limits will be performed prior to the start of channel construction operations except when the woody material is located on or within an existing streambank and is providing stability to that streambank. Grubbing of these areas will be completed concurrently with channel construction operations. 3.02 EXCAVATION AND GRADING A. The CONTRACTOR will excavate and shape the channel to the dimensions, lines, grades and typical sections shown on the plans. Over-excavation of the channel bottom and/or banks will be limited to the location of proposed project structures. B. Suitable excess material will be sorted and stockpiled for the construction of various project elements. Excess material will be disposed of off-site. C. Construction equipment and personnel will be routed to prevent impacts to the completed work. The CONTRACTOR will maintain and repair all constructed channel slopes and grades throughout the duration of the project until permanent seeding and final acceptance. D. Proposed channel segment(s) constructed on a new alignment, outside the limits of the existing channel, may be constructed completely or partially “in the dry” prior to allowing flow to enter into the newly constructed stream channel. If the proposed channel excavation and grading work is within or partially within the banks of the existing channel segment the CONTRACTOR may work completely and/or partially “in the wet” and/or they may pump-around or us another method to facilitate construction of the channel “in the dry.” E. When working within and/or partially within the existing channel the CONTRACTOR will grade the channel to maintain baseflow without temporary pumping overnight, over weekends, and holidays. Prior to predicted rain events of greater than 0.5 inches the CONTRACTOR will temporarily grade the bed and banks to allow in-stream flows to continue through the stream segment under construction. If the CONTRACTOR is working in off alignment channel segments the area will be dewatered prior to tie-in with the active stream channel. Comprehensive Channel Grading 35 01 50.95 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 3.03 TREE PROTECTION A. Removal of standing live or dead trees is prohibited unless authorized by the OWNER/ENGINEER. Prior to construction, the CONTRACTOR may install a safety fence and/or other barrier/flagging around existing standing trees to prevent disturbance of the tree and root systems. The CONTRACTOR shall replace any tree damaged during construction not identified for removal on the plans or by the ENGINEER to the satisfaction of the OWNER and at no additional cost to the OWNER or the ENGINEER. 3.04 DISPOSAL A. Unsuitable material, including debris or excavated material that cannot be used as fill, shall be properly disposed of off-site by the CONTRACTOR. If the project site is infested with invasive species, and the material cannot be disposed of on-site, the material to be disposed of off-site shall be secured by covering the material before transporting and disposing of appropriately. The CONTRACTOR should anticipate encountering some rubble and other uncharacterized materials and debris during excavation. B. Unless otherwise directed by the ENGINEER, all refuse material resulting from this work shall be disposed of off-site in accordance with local, state and federal laws and regulations. On-site burning of materials will not be permitted. 4.00 TOLERANCES A. The finished ground surface will be within plus or minus 0.2 feet of the established grade after it has been graded to a uniform surface per the plans, unless otherwise specified in the plans. The grade will transition evenly between control points, contours and existing grades. Correction of grade is required wherever settlement, erosion or other grade changes have occurred prior to acceptance. B. In locations where bedrock, tree roots, culverts, and/or in-stream structures extend above the proposed finished grade, the finished grade will tie into the limits of the feature at the elevation of the surrounding grades. 5.00 MEASUREMENT A. There will be no separate measurement for this work. Comprehensive channel grading is subsidiary to excavation and fill on-site. 6.00 PAYMENT A. There will be no separate pay item for this work. END OF SECTION Biodegradable Erosion Control Matting 31 35 19.9 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 35 42 35.90 COIR WRAPPED SOIL LIFTS 1.00 GENERAL 1.01 SUMMARY A. The work covered by this section consists of all labor, materials, equipment, tools, and incidentals necessary to the construction of soil lifts wrapped with coir matting. B. Coir wrapped soil lifts are a bioengineering bank stabilization structure installed above structures of features at locations shown on the plans and per the detail. 1.02 REFERENCE STANDARDS A. 31 22 19.13 Furnished Topsoil B. 31 35 19.9 Biodegradable Erosion Control Matting 1.03 SUBMITTALS A. Prior to the start of construction the CONTRACTOR will document a fabric sample, minimum 18 inches long, taken across full width of roll of each type and weight of fabric furnished for the Project. Label each with brand name and furnish documentation of lot and roll number from which each Sample was obtained. CITY/ENGINEER can request fabric sample and information during construction for review. B. Certifications from each fabric manufacturer that furnished products have specified property values. Certified property values will be either minimum or maximum average roll values, as appropriate, for fabric furnished. 2.00 PRODUCTS 2.01 MATERIALS A. The coir matting will meet the requirements shown on the plans and conform to the following properties: Property Coir Matting Matrix 100% Coconut Fiber (Coir) Nettings 100% Biodegradable fiber Threading 100% Biodegradable Matting Description 100% Biodegradable Weight (oz/SY) 13 - 23 Width (m) 3 - 12 Biodegradable Erosion Control Matting 31 35 19.9 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 Length (m) 25- 50 Open area (calculated) 48% - 65% Tensile Strength (Dry) (lbs/ft) 600 - 1500 Elongation (Wet) (%) 25 - 30 Thickness (inch) 0.30 – 0.35 Maximum Flow Velocity (fps) 8 - 12 Typical Slope 2:1 – 1:1 B. The CONTRACTOR will use stakes of a size and type(s) as specified by the Manufacturer or as otherwise shown in the details. Wood stakes will be made of untreated wood. Metal stakes or staples are not allowed. C. Soil used in lifts can be comprised of onsite spoil material comprised of clay, silt, and sand with no rock larger than D50 3”. D. Topsoil shall be in accordance with section 31 22 19.19 FURNISHED TOPSOIL. 2.02 HANDLING AND STORAGE A. Products should be handled in a manner that prevents damage prior to and during installation. Fabric should be stored with suitable wrapping for protection against moisture and ultraviolet exposure prior to installation. 2.03 EQUIPMENT A. The CONTRACTOR will use standard “heavy” construction equipment to perform the work as shown on the plans. 3.00 EXECUTION 3.01 GENERAL A. The lengths of the structure will be in accordance with the Plan sheets. B. Structure installation and channel grading sequences may vary based on structure location and the CONTRACTOR’s means and methods. C. Typical Coir Wrapped Soil Lift Construction Sequence for application above structures of features: 1. After installation of structures of features below is complete CONTRACTOR will: a. Will unroll coir fabric lengthwise (horizontally) over structures of features and topsoil in a 4’ minimum wide strip extending behind the proposed face of channel bank. The fabric will be laid over the ground surface so as to no be in tension but be Biodegradable Erosion Control Matting 31 35 19.9 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 placed neatly and with no gaps or wrinkles. Any fabric overlaps necessary will be in accordance with the Manufacture’s specifications. b. The edge of the fabric, near the back of the excavation, will be secured with wooden stakes spaced per the manufacturer’s specifications. The CONTRACTOR will install field stakes of a size, type, in a pattern, and with spacing dimensions as specified by the Manufacturer or as otherwise shown in the details. c. Will place a biodegradable strew and fiber matrix extending 12” behind the proposed face of the channel on top of matting. Matrix shall be Bionet SC150BN or approved equal. d. Lift heights shall range between 12” – 16” of soil over the coir fabric and matrix from the limits of the excavation to the proposed bank surface. CONTRACTOR shall provide equal lift heights based on elevations shown on Plan sheets. Rake and compact the soil carefully (using mechanical means) to prevent damaging or disturbing the fabric below. e. A minimum of 4” of topsoil should be placed at the proposed face of the channel. CONTACTOR shall place topsoil to ensure a minimum of 4” regardless of channel slope. f. The loose fiber matrix then coir fabric will be wrapped up and over the top of the soil lift. The fiber matrix shall be a minimum of 12” and the coir fabric a minimum of 4’ behind the proposed face of the channel bank. The fabric will be secured with stakes spaced per the manufacturer’s specifications. The lift construction is now complete. g. Additional lifts will be constructed with a setback for each successive lift matching the proposed bank slope as shown on the Plan sheet. h. The CONTRACTOR will repeat steps a. through f. for each additional lift until the top lift is within 4” – 6” of the proposed and existing grading tie-ins (top of the channel bank). i. For the final lift the fiber matrix and coir fabric will be brought up and over the top of the compacted soil surface and secured into a trench located a minimum of 4’ behind the proposed face of the channel bank. The fabric will be secured with stakes spaced per the manufacturer’s specifications. The trench width and depth will be 12” wide and 12” deep. j. Above the final coir lift finish grade the CONTRACTOR will place 4”-6” of topsoil to tie into the adjacent floodplain grading. k. Coir fabric will be neatly secured around any project elements, undisturbed trees/shrubs, and existing structures to prevent any loose or frayed edges. There will be no loose ends or unsecured coir fabric on the completed work. l. Site conditions may require slight deviation from the detail and will be approved by the ENGINEER. m. Seeding shall be placed on all sloped faces. D. Adjustments in Coir Wrapped Soil Lift dimensions and/or location is not a change order. Biodegradable Erosion Control Matting 31 35 19.9 - 4 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 4.00 TOLERANCES A. The finished coir soil lifts will be within plus or minus 0.2 foot vertically and 0.5 feet horizontally of the established grade after it has been graded to a uniform surface per the plans, unless otherwise specified in the plans. The grade will transition evenly between control points, contours and existing grades. Correction of grade is required wherever settlement, erosion or other grade changes have occurred prior to acceptance. 5.00 MEASUREMENT A. The quantity of coir wrapped soil lifts to be paid for will be the actual number of linear feet of “Coir Wrapped Soil Lifts”, completed and maintained. The quantity of coir wrapped soil lifts will be calculated by multiplying the measured vertical height of the lifts and measured length of the lifts along the surface of the ground. B. The quantity for any coir wrapped soil lift cannot exceed plan height and/or length at any location unless approved by the ENGINEER. 6.00 PAYMENT A. All work covered by this section will be paid for at the contract linear foot price bid for “Coir Wrapped Soil Lifts”. Such price will be full payment for the work covered by this specification including all materials, labor and any other items incidental to the work. END OF SECTION Rock Toe Protection 35 43 60.90 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 35 43 60.90 ROCK TOE PROTECTION 1.00 GENERAL 1.01 SUMMARY A. The work covered by this special provision consists of all items related to excavation of existing and proposed channel banks and the placement of rock and soil in order to construct Rock Toe Protection. All work will conform to the locations, lines, grades, and details shown on the plans. B. Rock Toe Protection is a stream bank stabilization structure comprised of rocks, vegetation, and soil. Toe protection is constructed in a series of lifts and installed continuously along the outside of meander bends within the bankfull channel. The structure is used to direct stream flow away from the outside of the meander bend; and improve aquatic habitat. 1.02 REFERENCE STANDARDS A. 04 41 00.90 Rock Material B. 31 32 19.15 Goetextile C. 35 01 50.95 Comprehensive Channel Grading D. 35 42 35.90 Coir Wrapped Soil Lifts E. 35 43 60.91 Channel Pools 2.00 PRODUCTS 2.01 MATERIALS A. The type, size, and quantity of materials for Rock Toe Protection are described in the notes and table on the Detail sheet. Material dimensions (diameter, length, etc.) may vary by specific reach. B. 04 41 00.90 Rock Material C. 35 42 35.90 Coir Wrapped Soil Lifts 2.02 EQUIPMENT A. The CONTRACTOR will use standard “heavy” construction equipment to perform the work as shown on the plans. Rock Toe construction typically requires that a hydraulic thumb be fitted to the bucket of an excavator for easier placement of larger boulders. 3.00 EXECUTION 3.01 GENERAL A. The lengths of the structure will be in accordance with the Plan sheets. B. Structure installation and channel grading sequences may vary based on structure location and the CONTRACTOR’s means and methods. Rock Toe Protection 35 43 60.90 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 1. Typical Rock Toe Protection Construction Sequence: 2. The CONTRACTOR will stake the limits of the rock toe as shown on the plans, including the beginning and end. The CONTRACTOR may install additional survey control, as needed, to complete the work in accordance with the construction documents. 3. The CONTRACTOR may setup pump around operations and/or create a temporary coffer dam using existing material excavated for the proposed pool sections. 4. The CONTRACTOR will place nonwoven geotextile at the bottom of the rock toe protection. Geotextile should be completely buried with no parts showing at the base of the protection. Geotextile fabric should be placed along the entirety of the rock toe protection in accordance with specification 31.32.19.15. 5. Twelve (12) inches of riprap bedding material shall be placed on top of the geotextile fabric along the base and back of the rock toe protection. 6. The CONTRACTOR will install rock toe material in layers not to exceed 18 inches. 7. Once the layer is installed any remaining voids shall be filled before the next layer can be constructed. Additional layers will be constructed with a setback for each successive layer matching the proposed bank slope as shown on the Plan sheet. 8. The Contractor will repeat steps 5) and 6) for each additional layer until the top layer is within 8” – 12” of the proposed and existing grading tie-ins (top of the bankfull channel). 9. Once the final rock layer has been constructed and voids filled the geotextile fabric will be over the top of the rock and trimmed 18 inches from the finish proposed channel face. No geotextile fabric should be visible. 10. Two (2) coir soil limits should be installed on top of the geotextile fabric according to specification 35 42 35.90 Coir Wrapped Soil Lifts. 4.00 TOLERANCES A. The finished structure will be within plus or minus 0.2 feet of the proposed elevations shown on the plans. 5.00 MEASUREMENT A. The quantity of rock toe protection to be paid for will be the actual number of linear feet of “Rock Toe Protection ”, completed and maintained. All measurement for rock toe protection will be made horizontally along the surface of the ground. 6.00 PAYMENT A. All work covered by this Item will be paid for at the contract linear foot price bid for “Rock Toe Protection”. Such price will be full payment for the work covered by this specification including all materials, labor and any other items incidental to the work. END OF SECTION Channel Pools 35 43 60.91 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 35 43 60.91 CHANNEL POOLS 1.00 GENERAL 1.01 SUMMARY A. The work covered by this special provision consists of all items related to the construction of channel pools including but not limited to the excavation of channel material; placement of boulders, cobble, and gravel substrate; and finish grading of structure slopes and the stream channel at the locations specified on the plans. B. Channel Pools are designed to provide grade control and energy dissipation for the newly constructed channel sections. 1.02 REFERENCE STANDARDS A. 35 01 50.95 Comprehensive Channel Grading 2.00 PRODUCTS 2.01 MATERIALS A. The type, size, and quantity of materials for Channel Pool are described in the notes and table on the Detail sheet. Material dimensions (diameter, length, etc.) vary by specific pool. 2.02 EQUIPMENT A. The CONTRACTOR shall use standard heavy construction equipment to perform the work as shown on the plans. 3.00 EXECUTION 3.01 GENERAL A. The grades, slopes, and lengths of the constructed pool features shall be in accordance with the Plan and Profile sheets. B. Pool structure installation and channel grading sequences may vary based on structure location and the CONTRACTOR’s means and methods. C. Typical Channel Pool Construction Sequence: 1. The CONTRACTOR shall stake the elevation control points shown on the plans, including the beginning and end of the proposed Pool Sills. The CONTRACTOR may install additional survey control, as needed, to complete the work in accordance with the construction documents. 2. The CONTRACTOR shall excavate the channel bed as specified on the plans and in accordance with the detail. 3. If the in-situ/subsoil is a combination of sand, gravel, cobble, boulder, and/or bedrock no additional bedding material is required. If the in-situ / subsoil is clay, loam, and/or organic soil the CONTRACTOR shall place subpavement (sand and aggregate mix) as Channel Pools 35 43 60.91 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 bedding material at the depth (thickness) of 18” minimum and compact using mechanical means. The use of subpavement material may require additional excavation prior to placement. 4. The CONTRACTOR shall place and grade Pool material in a manner that creates a well- defined pool. Transitions shall have variability, with no abrupt "Jump" (transition) between pool features. 5. The CONTRACTOR shall bucket, rake and/or otherwise adjust placed rock material, as needed, to create a thalweg within the on the downstream end of the pool leading to a low spot in the sill. Sills should have one section 2” to 4” lower at the location of the thalweg. 6. The CONTRACTOR shall finish grade the adjacent streambed and channel banks to provide a smooth even grade transition between the project structure bed components and the proposed ground surface. In locations where, exposed existing features extend to and/or within the limits of the proposed work, the pool installation shall be field adjusted to incorporate the existing feature, into the finished work. 7. The CONTRACTOR shall confirm that Pool to Pool sills have positive slope from upstream to downstream. 4.00 TOLERANCES A. The finished ground surface shall be within plus or minus 0.2’ vertically and 0.5’ horizontally of the established grade after it has been graded to a uniform surface per the plans, unless otherwise specified in the plans. The grade shall transition evenly between control points, contours and existing grades. Correction of grade is required wherever settlement, erosion or other grade changes have occurred prior to acceptance. 5.00 MEASUREMENT A. The quantity of channel pool grading to be paid for shall be the actual number of square yards of “Pool Grading”, completed and maintained. All measurement for “Pool Grading” shall be made horizontally along the surface of the ground. 6.00 PAYMENT A. Pool Grading: Payment shall be made at the contract price bid per square yard of "Pool Grading”, which payment shall be full compensation for labor, equipment, and materials for all operations necessary to excavate the channel and finish grade for the channel pool as specified and as indicated on the Drawings. No allowance will be made for increased quantities due to unapproved over-excavation or over-placement, and any quantities in excess of the specified area and thickness will be provided at the CONTRACTOR's expense. END OF SECTION Rock Riffle 35 43 60.97 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 SECTION 35 43 60.97 ROCK RIFFLE 1.00 GENERAL 1.01 SUMMARY A. The work covered by this special provision consists of all items related to the construction of Cobble / Gravel Riffles including but not limited to the excavation of channel material; placement of rip rap, cobble, and gravel substrate; and finish grading of structure slopes and the stream channel at the locations specified on the plans. B. Cobble / Gravel Riffles are designed to provide grade control over utility crossings for the newly constructed channel sections. C. Specification to include placement of run and utility protection material. 1.02 REFERENCE STANDARDS A. 04 41 00.90 Rock Materials B. 35 01 50.95 Comprehensive Channel Grading 2.00 PRODUCTS 2.01 MATERIALS A. The type, size, and quantity of materials for Cobble / Gravel Riffles are described in the notes and table on the Detail sheet. Material dimensions (diameter, length, etc.) may vary by specific reach. 2.02 EQUIPMENT A. The CONTRACTOR will use standard heavy construction equipment to perform the work as shown on the plans. 3.00 EXECUTION 3.01 GENERAL A. The grades, slopes, and lengths of the constructed bed features will be in accordance with the Plan and Profile sheets. B. Structure installation and channel grading sequences may vary based on structure location and the CONTRACTOR’s means and methods. C. Typical Cobble / Gravel Riffle Construction Sequence: 1. The CONTRACTOR will stake the elevation control points shown on the plans, including the beginning and end of the proposed Cobble / Gravel Riffle. The CONTRACTOR may install additional survey control, as needed, to complete the work in accordance with the construction documents. Rock Riffle 35 43 60.97 - 2 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 2. The CONTRACTOR will excavate the channel bed below finished grade to allow for the placement of materials at the elevation and/or depth (thickness) specified on the plans and in accordance with the detail. 3. If the in-situ/subsoil is a combination of sand, gravel, cobble, boulder, and/or bedrock no additional bedding material is required. If the in-situ/subsoil is clay, loam, and/or organic soil the CONTRACTOR will place subpavement (sand and aggregate mix) as bedding material at the depth (thickness) specified on the plans and compact using mechanical means. The use of subpavement material may require additional excavation prior to placement. 4. The CONTRACTOR will place rock material, directly on top of the subsoil and/or subpavement material to an elevation and/or depth (thickness) specified on the plans. 5. The CONTRACTOR will place and grade Cobble/Gravel Riffle material in a manner that creates a variability including, small pools, turbulent areas, and/or "high spots" randomly across the entire channel bed area. Transitions will have variability, as previously described, with no abrupt "Jump" (transition) between bed features. 6. The CONTRACTOR will bucket, rake and/or otherwise adjust placed rock material, as needed, to create a thalweg within the Cobble/Gravel Riffle width in order that the finished cross-section will match the shape and dimensions shown on the typical section. 7. The CONTRACTOR will finish grade the adjacent streambed and channel banks to provide a smooth even grade transition between the project structure bed components and the proposed ground surface. In locations where exposed existing features extend to and/or within the limits of the proposed work, the Cobble/Gravel Riffle installation will be field adjusted to incorporate the existing feature, into the finished work. 8. The CONTRACTOR will confirm that Cobble/Gravel Riffles have positive slope from upstream to downstream. 4.00 TOLERANCES A. The finished ground surface will be within plus or minus 0.2’ vertically and 0.5’ horizontally of the established grade after it has been graded to a uniform surface per the plans, unless otherwise specified in the plans. The grade will transition evenly between control points, contours and existing grades. Correction of grade is required wherever settlement, erosion or other grade changes have occurred prior to acceptance. 5.00 MEASUREMENT A. The quantity of cobble/gravel riffle to be paid for will be the actual number of square yards of “Rock Riffle”, completed and maintained. All measurement for cobble/gravel riffle will be made horizontally along the surface of the ground. 6.00 PAYMENT A. Rock Riffle: Payment shall be made at the contract price bid per square yard of “Rock Riffle”, which payment shall be full compensation for labor, equipment, and materials for all operations necessary to furnish, transport, haul, handle and place the geotextile fabric, Rock Riffle 35 43 60.97 - 3 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIZATION February 2023 gravel bedding, and rock riprap as specified and as indicated on the Drawings. No allowance will be made for increased quantities due to unapproved over-excavation or over- placement, and any quantities in excess of the specified area and thickness will be provided at the CONTRACTOR's expense. END OF SECTION Division 99 – Miscellaneous Specifications Additional Specifications 99 99 00 - 1 CITY PROJECT NO: 103128 VCWRF BIO SOLIDS FACILITY BANK STABILIATION May 2023 SECTION 99 99 00 ADDITIONAL SPECIFICATIONS 99 99 01 Geogrid The work covered by this special provision consists of all items related to construction of installing geogrid but not limited to furnishing all labor, equipment, appurtenances, incidentals, surveying, quality control, meeting safety requirements, tests and reports, backfill, drainage, and performing all operations necessary to construct and complete the work in accordance with these specifications and the applicable drawings. The contractor shall use tensar biaxial geogrid BX100 or approved equal. All work shall be completed at the Contract Unit Price per linear foot (SF) of geogrid installed in the Bid Proposal. 99 99 02 Exploratory Core Borings The work covered by this special provision consists of all items related to performing exploratory core borings but not limited to furnishing all labor, equipment, appurtenances, incidentals, surveying, access, quality control, meeting safety requirements, tests and reports, and performing all operations necessary complete the work in accordance with these specifications and the applicable drawings. All work shall be completed at the Contract Unit Price per lump sum (LS) of exploratory core borings completed in the Bid Proposal. 99 99 03 Temporary Construction Fencing The work covered by this special provision consists of all items related to construction of installing and removing temporary safety fence but not limited to furnishing all labor, equipment, appurtenances, incidentals, surveying, quality control, meeting safety requirements, tests and reports, backfill, drainage, and performing all operations necessary to construct and complete the work in accordance with these specifications and the applicable drawings. Temporary safety fencing shall be maintained throughout construction. Contractor shall use Safety ML-200 Durable Polyethylene Safety Fence or approved equal with 4’ metal posts and install along entire project limits of construction. All work shall be completed at the Contract Unit Price per linear foot (LF) of fence installed in the Bid Proposal. End Section Appendix CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION AC Mechanic AC Mechanic Helper Acoustical Ceiling Installer Acoustical Ceiling Installer Helper Bricklayer/Stone Mason Bricklayer/Stone Mason Trainee Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Cutter/Sawer Concrete Cutter/Sawer Helper Concrete Finisher Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Helper Electrician (Journeyman) Electrician Apprentice (Helper) Electronic Technician Floor Layer Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Metal Building Assembler Metal Building Assembler Helper Metal Installer (Miscellaneous) Metal Installer Helper (Miscellaneous) Metal Stud Framer Metal Stud Framer Helper Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper Plumber Plumber Helper Reinforcing Steel Setter Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 25.24 13.67 16.83 12.70 19.45 13.31 10.91 17.75 14.32 17.00 11.00 15.77 11.00 15.27 11.00 15.36 12.54 15.00 11.50 19.63 15.64 20.00 18.00 10.00 21.03 12.81 16.59 11.21 10.89 14.15 12.99 16.00 12.00 13.00 11.00 16.12 12.54 16.44 9.98 21.22 15.39 16.17 12.85 21.98 15.85 12.87 Reinforcing Steel Setter Helper Roofer Roofer Helper Sheet Metal Worker Sheet Metal Worker Helper Sprinkler System Installer Sprinkler System Installer Helper Steel Worker Structural Steel Worker Structural Helper Waterproofer Equipment Operators Concrete Pump Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel Forklift Foundation Drill Operator Front End Loader Truck Driver Welder Welder Helper S $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 11.08 16.90 11.15 16.35 13.11 19.17 14.15 17.00 13.74 15.00 18.50 19.31 16.45 22.50 16.97 16.77 19.96 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 CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH VCWRF BIO SOLIDS FACILITY BANK STABILIZATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 103128 Revised July 1, 2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 STANDAR D GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 – Definitions and Terminology .......................................................................................................... 1 1.01 Defined Ter ms............................................................................................................................... 1 1.02 Terminology .................................................................................................................................. 6 Article 2 – Preliminar y Matters ......................................................................................................................... 7 2.01 Copies of Document s .................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Befor e Starting Constructio n ........................................................................................................ 8 2.05 Preconstructio n Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initia l Acceptance of Schedules.................................................................................................... 8 Article 3 – Contract Documents: Intent , Amending, Reuse ............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Document s ................................................................. 10 3.05 Reuse of Document s ................................................................................................................... 10 3.06 Electronic Dat a............................................................................................................................ 11 Article 4 – Availabilit y o f Lands; Subsurface and Physica l Conditions; Hazardous Environmental Conditions ; Reference Point s........................................................................................................... 11 4.01 Availabilit y of Lands .................................................................................................................. 11 4.02 Subsurface and Physica l Conditions .......................................................................................... 12 4.03 Differing Subsurface or Physica l Conditions ............................................................................. 12 4.04 Underground Facilitie s ............................................................................................................... 13 4.05 Reference Point s ......................................................................................................................... 14 4.06 Hazardous Environ menta l Conditio n at Sit e .............................................................................. 14 Article 5 – Bond s and Insurance ..................................................................................................................... 16 5.01 Licensed Suretie s and Insurer s ................................................................................................... 16 5.02 Perfor mance, Payment , and Maintenance Bond s....................................................................... 16 5.03 Certificates of Insurance ............................................................................................................. 16 5.04 Contractor’s Insurance ................................................................................................................ 18 5.05 Acceptance of Bond s and Insurance; Optio n to Replace ........................................................... 19 Article 6 – Contractor’s Responsibilitie s ........................................................................................................ 19 6.01 Supervisio n and Superintendence............................................................................................... 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 6.02 Labor; Working Hours ................................................................................................................ 20 6.03 Services, Materials, and Equipment ........................................................................................... 20 6.04 Project Schedule.......................................................................................................................... 21 6.05 Substitut es and “Or-Equals” ....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others.................................................................... 24 6.07 Wage Rates.................................................................................................................................. 25 6.08 Patent Fees and Royaltie s ........................................................................................................... 26 6.09 Per mit s and Utilitie s .................................................................................................................... 27 6.10 Laws and Regulations ................................................................................................................. 27 6.11 Taxes ........................................................................................................................................... 28 6.12 Use of Sit e and Othe r Areas ....................................................................................................... 28 6.13 Recor d Docu ment s ...................................................................................................................... 29 6.14 Safet y and Protectio n .................................................................................................................. 29 6.15 Safet y Representative.................................................................................................................. 30 6.16 Hazard Co mmunicatio n Programs ............................................................................................. 30 6.17 Emergencies and/o r Rectificatio n............................................................................................... 30 6.18 Submittals .................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor’s General Warrant y and Guarantee .......................................................................... 32 6.21 Indemnificatio n ......................................................................................................................... 33 6.22 Delegation of Professional Design Services .............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscriminatio n....................................................................................................................... 35 Article 7 – Other Work at the Sit e................................................................................................................... 35 7.01 Related Work at Sit e ................................................................................................................... 35 7.02 Coordination................................................................................................................................ 36 Article 8 – City’s Responsibilities................................................................................................................... 36 8.01 Co mmunications to Contractor ................................................................................................... 36 8.02 Furnis h Dat a ................................................................................................................................ 36 8.03 Pay Whe n Due ............................................................................................................................ 36 8.04 Lands and Ease ments; Report s and Test s................................................................................... 36 8.05 Change Order s............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals .............................................................................................. 36 8.07 Limitations on Cit y’s Responsibilitie s ....................................................................................... 37 8.08 Undisclose d Hazardous Environ mental Conditio n .................................................................... 37 8.09 Co mplianc e wit h Safet y Program............................................................................................... 37 Article 9 – City’s Observatio n Statu s During Constructio n ........................................................................... 37 9.01 City’s Projec t Manager ……...................................................................................................... 37 9.02 Visit s to Sit e ................................................................................................................................ 37 9.03 Authorized Variations in Work .................................................................................................. 38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations fo r Work Perfor med .......................................................................................... 38 9.06 Decisions on Require ment s of Contract Document s and Acceptabilit y of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 10 – Changes in the Work; Claims; Extr a Work ................................................................................ 38 10.01 Authorize d Changes in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the Work ........................................................................................... 39 10.03 Executio n of Change Order s....................................................................................................... 39 10.04 Extr a Work .................................................................................................................................. 39 10.05 Notificatio n to Suret y.................................................................................................................. 39 10.06 Contract Claims Process ............................................................................................................. 40 Article 11 – Cost of the Work; Allowances; Unit Price Work; Plans Quantit y Measurement...................... 41 11.01 Cost of the Work ......................................................................................................................... 41 11.02 Allowances .................................................................................................................................. 43 11.03 Unit Pric e Work .......................................................................................................................... 44 11.04 Plans Quantit y Measurement ...................................................................................................... 45 Article 12 – Change of Contract Price ; Change of Contract Time................................................................. 46 12.01 Change of Contract Pric e ............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................ 47 12.03 Delays .......................................................................................................................................... 47 Article 13 – Test s and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 Test s and Inspections .................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 Cit y May Stop the Work ............................................................................................................. 49 13.06 Correctio n or Removal of Defective Work ................................................................................ 50 13.07 Correctio n Perio d ........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 Cit y Ma y Correct Defective Work ............................................................................................. 51 Article 14 – Payment s to Contractor and Co mpletio n .................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payment s ...................................................................................................................... 52 14.03 Contractor’s Warrant y of Title ................................................................................................... 54 14.04 Partia l Utilizatio n ........................................................................................................................ 55 14.05 Fina l Inspectio n ........................................................................................................................... 55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Co mpletio n Delayed and Partia l Retainage Release ........................................................ 56 14.09 Waiver of Clai ms ........................................................................................................................ 57 Article 15 – Suspension of Work and Terminatio n ........................................................................................ 57 15.01 Cit y May Suspend Work............................................................................................................. 57 15.02 Cit y Ma y Terminat e fo r Cause ................................................................................................... 58 15.03 Cit y Ma y Terminat e Fo r Convenience ....................................................................................... 60 Article 16 – Disput e Resolutio n ...................................................................................................................... 61 16.01 Method s and Procedures ............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 Article 17 – Miscellaneous .............................................................................................................................. 62 17.01 Giving Notic e .............................................................................................................................. 62 17.02 Co mputation of Times ................................................................................................................ 62 17.03 Cumulative Re medie s ................................................................................................................. 62 17.04 Surviva l o f Obligations ............................................................................................................... 63 17.05 Headings ...................................................................................................................................... 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Docu ments, the terms listed belo w have the meanings indicated whic h are applicable to bot h the singular and plural thereof, and words denoting gender shall include the masculine, fe minine and neuter. Said terms are generally capitalized or written in italics, but no t always. When used in a context consistent with the definitio n of a listed-defined term, the term shall have a meaning as defined belo w whether capitalized or italicized or otherwise. In additio n to terms specifically defined, terms wit h initial capital letters in the Contract Document s include references to identified articles and paragraphs, and the titles of other document s or forms. 1. Addenda—Written or graphic instrument s issued prior to the opening of Bids whic h clarify, correct, or change the Bidding Requirement s or the proposed Contract Documents. 2. Agreement—The written instrument whic h is evidence of the agreement between Cit y and Contracto r covering the Work. 3. Application for Payment—The for m acceptable to Cit y which is to be used by Contractor during the course of the Work in requesting progress or fina l payment s and whic h is to be acco mpanied by such supporting documentation as is required by the Contract Docu ments. 4. Asbestos—An y material that contains more than one percent asbesto s and is friable or is releasing asbestos fiber s into the air above current actio n levels established by the United States Occupational Safety and Health Ad ministration. 5. Award – Authorizatio n by the Cit y Council fo r the Cit y to enter int o an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed for m setting fort h the prices fo r the Work to be perfor med. 7. Bidder—The individual or entit y who submit s a Bid directly to City. 8. Bidding Documents—The Bidding Requirement s and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitatio n to Bid, Instructions to Bidders, Bid security of acceptable for m, if any, and the Bid Form wit h any supplements. 10. Business Day – A business day is defined as a day that the Cit y conduct s normal business, generally Monday throug h Friday, except fo r federal or stat e holidays observed by the City. 11. Calendar Day – A day consisting of 24 hours measured fro m midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 12. Change Order—A document , which is prepared and approved by the City, whic h is signed by Contractor and Cit y and authorizes an addition, deletion, or revisio n in the Work or an adjust ment in the Contract Pric e or the Cont ract Time, issued on or after the Effective Date of the Agreement. 13. City— The Cit y of For t Worth, Texas, a ho me-rule municipal corporation, authorized and chartered under the Texas Stat e Statutes, acting by it s governing body through it s City Manager, his designee, or agent s authorized under his behalf, each of whic h is required by Charter to perform specific duties wit h responsibilit y fo r fina l enforcement of the contracts involving the Cit y of Fort Wort h is by Charter vested in the Cit y Manager and is the entity wit h who m Contracto r has entere d int o the Agree ment and for who m the Work is to be perfor med. 14. City Attorney – The officially appointed Cit y Attorney of the Cit y of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the Cit y of Fort Worth, Texas. 16. City Manager – The officiall y appointed and authorized Cit y Manager of the Cit y of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim—A demand or assertion by Cit y or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relie f wit h respect to the terms of the Contract. A demand fo r money or services by a thir d part y is not a Contract Claim. 18. Contract—The entir e and integrated written document between the Cit y and Contractor concerning the Work. The Contract contains the Agreement and all Contract Document s and supersedes prio r negotiations, representations, or agreements, whether writte n or oral. 19. Contract Documents—Those items so designated in the Agreement . All ite ms listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the report s and drawings of subsurface and physica l conditions ar e no t Contract Docu ments. 20. Contract Price —The moneys payable by Cit y to Contractor fo r co mpletio n of the Work in accordance wit h the Contract Docu ment s as state d in the Agreement (subjec t to the provisions of Paragrap h 11.03 in the case of Unit Pric e Work). 21. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) co mplet e the Work so that it is ready fo r Fina l Acceptance. 22. Contractor—The individual or entit y wit h whom Cit y has entere d int o the Agreement. 23. Cost of the Work—See Paragraph 11.01 of these General Conditions fo r definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims – A demand fo r money or services arising fro m the Project or Sit e fro m a thir d party, Cit y or Contractor exclusive of a Contrac t Claim. 25. Day or day – A day, unless otherwis e defined, shall mean a Calendar Day. 26. Director of Aviation – The officiall y appointed Director of the Aviatio n Department of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Directo r of Parks and Communit y Services – The officiall y appointed Director of the Parks and Co mmunit y Service s Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 28. Directo r of Planning and Developmen t – The officially appointed Director of the Planning and Development Depart ment of the Cit y 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 Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant , or agents. 30. Director of Water Department – The officiall y appointed Directo r of the Water Depart ment of the Cit y of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings—That part of the Contract Docu ment s prepared or approved by Engineer which graphically shows the scope, extent , and character of the Work to be perfor med by Contractor . Submittals are no t Drawing s as so defined. 32. Effective Dat e of the Agreement—The dat e indicate d in the Agreement on whic h it beco mes effective, but if no such dat e is indicated, it means the dat e on whic h the Agreement is signed and delivered by the las t of the two partie s to sig n and deliver. 33. Engineer—The licensed professional engineer or engineering fir m registered in the State of Texas performing professional services fo r the City. 34. Extra Work – Additiona l work made necessary by changes or alterations of the Contract Document s or of quantities or for other reasons for whic h no prices are provided in the Contract Documents. Extr a work shall be part of the Work. 35. Field Order — A written order issued by Cit y whic h 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 give n by the Cit y to the Contractor that the Work specified in the Contract Docu ment s has been co mpleted to the satisfactio n of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 4 of 63 37. Final Inspection – Inspectio n carried out by the Cit y to verify that the Contractor has co mpleted the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance wit h the Contract Documents. 38. General Requirements—Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition—The presence at the Sit e of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantia l danger to persons or property exposed thereto. 40. Hazardous Waste—Hazardous wast e is define d as any solid wast e listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended fro m 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 court s having jurisdiction. 42. Liens—Charges, securit y interests, or encumbrances upo n Project funds, real property, or personal property. 43. Major Item – An Item of work included in the Cont ract Document s that has a total cost equal to or greater than 5% of the origina l Contract Price or $25,000 whichever is less. 44. Milestone—A principa l event specified in the Contract Document s relating to an inter mediate Contract Time prior to Fina l Acceptance of the Work. 45. Notice of Award —The written notice by Cit y to the Successful Bidder stating that upon timely co mpliance by the Successful Bidder wit h the conditions precedent listed therein, City will sig n and deliver the Agreement. 46. Notice to Proceed—A written notice give n by Cit y to Contractor fixing the date on whic h the Contract Time will commence to run and on whic h Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs—Polychlorinated biphenyls. 48. Petroleum—Petroleum, including crude oil or any fractio n thereo f whic h is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fue l oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed wit h other non-Hazardous Waste and crude oils. 49. Plans – See definitio n of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 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 duratio n of the activities comprising the Contractor’s pla n to acco mplis h the Work within the Contract Time. 51. Project —The Work to be performed under the Contract Docu ments. 52. Project Manager—The authorize d representative of the Cit y who will be assigned to the Site. 53. Publi c Meetin g – An announced meeting conducted by the Cit y to facilitat e public participatio n and to assist the public in gaining an infor med vie w of the Project. 54. Radioactive Material —Source, special nuclear, or byproduct materia l as defined by the Ato mic Energy Act of 1954 (42 USC Sectio n 2011 et seq.) as amended fro m time to time. 55. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thr u Frida y (excluding lega l holidays). 56. Samples—Physica l example s of materials , equip ment , or work manship that are representative of so me portio n of the Work and whic h establis h the standards by whic h such portio n of the Work will be judged. 57. Schedul e of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirement s to support scheduled perfor mance of related constructio n activities. 58. Schedul e of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Pric e to variou s portions of the Work and used as the basis fo r reviewing Contractor’s Applications fo r Payment. 59. Site—Lands or areas indicate d in the Contract Docu ment s as being furnished by Cit y upon whic h the Work is to be performed, including rights -of-way, per mits , and easement s for access thereto , and suc h other land s furnished by Cit y whic h are designated fo r the use of Contractor. 60. Specifications—That part of the Contract Document s consisting of written requirement s for materials, equipment , systems, standards and workmanship as applied to the Work, and certain administrative requirement s and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Document s by attachment or, if no t attached, may be incorporated by reference as indicated in the Table of Content s (Divisio n 00 00 00) o f each Project. 61. Subcontractor—An individual or entit y having a direct contract wit h Contractor or wit h any other Subcontractor fo r the perfor mance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 62. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information whic h are specifically prepared or assembled by or for Contractor and submitted by Contracto r to illustrat e so me portio n of the Work. 63. Substantial Completion – The stage in the progress of the Project when the Work is sufficiently complete in accordance with the Contract Documents for Final Inspection. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to who m City makes an Award. 65. Superintendent – The representative of the Contractor who is available at all times and able to receive instructions fro m the Cit y and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Document s whic h amends or supplement s these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract wit h Contractor or wit h any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contracto r or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilitie s or attachments, and any encasements containing such facilities , including but not limit ed to, thos e that convey electricity, gases, steam, liquid petroleu m products, telephone or othe r co mmunications , cable television, water, wastewater, stor m water, other liquid s or chemicals , or traffic or othe r contro l syste ms. 69 Uni t Pric e Work —See Paragrap h 11.03 of these General Conditions fo r definition. 70. Weekend Workin g Hours – Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or lega l holiday, as approved in advance by the City. 71. Work—The entir e constructio n or the variou s separately identifiable part s thereo f required to be provided under the Contract Docu ments. Work includes and is the result of performing or providing all labor, services, and docu mentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment int o such construction, all as required by the Contract Docu ments. 72. Working Day – A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the Cit y fo r contract purposes, in whic h weather or other conditions not under the contro l of the Contractor will per mit the performance of the principa l unit of wor k underway fo r a continuous perio d of not les s than 7 hour s 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 no t defined but , when used in the Bidding Requirement s or Contract Docu ments, have the indicate d meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Document s include the terms “a s allowed,” “as approved,” “as ordered,” “as directed” or ter ms 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 actio n or determinatio n of Cit y 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 co mpliance wit h the informatio n in the Contract Document s and wit h the design concept of the Project as a functioning whole as shown or indicated in the Contract Document s (unless there is a specific statement indicating otherwise). C. Defective: 1. The word “defective,” when modifying the word “Work,” refers to Work that is unsatis factory, faulty, or deficient in that it: a. does no t confor m to the Contract Documents; or b. does no t meet the requirement s 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 combinatio n or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor , materials, equipment, and everything necessary to perform the Work indicated, unles s specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or constructio n industry or trade meaning are used in the Contract Document s in accordance wit h such recognized meaning. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Copies of Documents Cit y 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 upo n request at the cost of reproduction. 2.02 Commencement of Contract Time; Notic e to Proceed The Contract Time will co mmence to run on the day indicated in the Notic e to Proceed. A Notic e to Proceed may be give n no earlier than 14 days afte r the Effective Dat e of the Agreement , unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the dat e when the Contract Time commences to run. No Work shall be done at the Sit e prio r to the dat e on whic h the Contract Time co mmences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance wit h the Contract Documents, and prio r to starting the Work. 2.05 Preconstruction Conference Before any Work at the Sit e is started, the Contractor shall attend a Preconstructio n Conference as specified in the Contract Docu ments. 2.06 Public Meeting Contracto r may not mobilize any equipment , materials or resources to the Sit e prio r to the Public Meeting if scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to Cit y in accordance wit h the Schedule Specification as provided in the Contract Documents. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Document s are co mple mentary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Document s to describe a functionally co mplet e project (or part thereof) to be constructed in accordance wit h the Contract Documents. Any labor, documentation, services, materials, or equip ment that reasonably may be inferred fro m the Contract Document s or fro m prevailing custo m or trade usage as being required to produce the indicated result will be provided whether or no t specifically called for, at no additiona l cost to City. C. Clarifications and interpretations of the Contract Document s shall be issued by City. D. The Specifications may var y in for m, for mat and style. Some Specification sections may be writte n in varying degrees of streamlined or declarative style and so me sections may be relatively narrative by co mparison. Omissio n of such words and phrases as “the Contractor shall,” “in conformit y with,” “as shown,” or “as specified” are intentional in streamlined sections . Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various part s of a sectio n or articles within a part depending on the for mat of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variatio n of for m, for mat or style in making Contract Claims. E. The cross referencing of specificatio n sect ions under the subparagraph heading “Related Section s includ e but ar e no t necessarily limite d to:” and elsewhere within each Specification sectio n 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 coordinat e the entir e Work under the Contract Docu ment s and provid e a co mplet e Projec t whether or no t the cross referencing is provided in each sectio n or whether or no t 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 provisio n of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilitie s of City, Contractor, or any of their subcontractors, consultants, agents , or employees, fro m thos e set fort h in the Contract Docu ments. No suc h provisio n or instructio n shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any dut y or authorit y to supervise or direc t the performance of the Work or any dut y or authority to undertake responsibilit y inconsistent wit h the provisions of the Contract Docu ments. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor’s Review of Contract Documents Before Starting Work : Befor e undertaking each part of the Work, Contractor shall carefully study and compare the Contract Document s and check and verify pertinent figures therein agains t all applicable field measurement s and conditions . Contracto r shall pro mptly report in writing to Cit y any conflict , error, ambiguity, or discrepancy whic h Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarificatio n from Cit y be fore proceeding wit h any Work affected thereby. 2. Contractor’s Review of Contract Documents During Performance of Work: If, during the perfor mance of the Work, Contractor discovers any conflict , error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Document s and (a) any applicable Law or Regulatio n , (b) any standard, specification, manual, or code, or (c) any instructio n of any Supplier, then Contractor shall promptly report it to Cit y in writing. Contracto r shall not proceed wit h the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amend ment or supplement to the Contract Document s has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall no t be liable to Cit y for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Document s unles s 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 Document s shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Document s and the provisions of any standard, specification, manual, or the instruct ion of any Supplier (whet her 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 Docu ment s may be amended to provide fo r additions, deletions, and revisions in the Work or to modify the ter ms and conditions thereo f by a Change Order. B. The requirement s of the Contract Docu ment s may be supplemented, and mino r variations and deviations in the Work not involving a change in Contract Pric e or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City’s revie w of a Submitta l (subjec t to the provisions of Paragrap h 6.18.C); or 3. City’s writte n interpretatio n or clarification. 3.05 Reuse of Documents A. Contracto r and any Subcontracto r or Supplier shall not: 1. have or acquire any title to or ownership right s in any of the Drawings , Specifications , or othe r docu ment s (o r 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 thereo f on extensions of the Project or any other project without written consent of Cit y and specific written verification or adaptatio n by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment , or terminatio n of the Contract . Nothing herein shall preclude Contractor fro m retaining copies of the Contract Docu ment s fo r recor d purposes. 3.06 Electronic Data A. Unles s otherwis e stated in the Supplementar y Conditions, the dat a furnished by Cit y or Engineer to Contractor, or by Contractor to Cit y or Engineer , that may be relied upon are limited to the printe d copie s included in the Contract Document s (also known as hard copies) and other Specifications referenced and locate d on the City’s on-line electronic document management and collaboratio n system site. File s in electronic media for mat of text , data, graphics, or other typ es are furnished only fo r the convenience of the receiving party. Any conclusio n or infor matio n obtained or derived fro m such electronic files will be at the user’s sole risk. If there is a discrepanc y between the electronic files and the hard copies, the hard copies govern. B. When transferring document s in electronic media for mat, the transferring part y makes no representations as to long term co mpatibility, usability, or readabilit y o f document s resulting fro m the use of softwar e application packages, operating systems, or co mputer hardware differing fro m those used by the data’s creator. ARTICLE 4 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. Cit y shall furnish the Site. Cit y shall notify Contractor of any encumbrances or restrictions no t of general application but specifically related to use of the Sit e wit h which Contracto r must co mply in per forming the Work. Cit y will obtain in a timely manner and pay for easement s for permanent structures or permanent changes in existing facilities. 1. The Cit y has obtained or anticipates acquisit io n of and/o r access to right -of-way, and/or easements. Any outstanding right -of-way and/o r ease ment s are anticipated to be acquired in accordance wit h the schedule set fort h in the Supplementary Conditions. The Project Schedule submitte d by the Contractor in accordance wit h the Contract Docu ment s must consider an y outstanding right -of-way, and/or easements. 2. The Cit y has or anticipates removing and/or relocating utilities, and obstructions to the Site. An y outstanding remova l or relocatio n of utilities or obstructions is anticipated in accordance wit h the schedule set fort h in the Supplementary Conditions . The Projec t Schedule submitted by the Contractor in accordance wit h the Cont ract Docu ment s must conside r any outstanding utilitie s or obstructions to be removed, adjusted, and/o r relocated by others. B. Upo n reasonable writte n request, Cit y shall furnish Contractor wit h a current state ment of record lega l title and lega l descriptio n of the land s upo n whic h the Work is to be perfor med. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide fo r all additiona l lands and access thereto that may be required for constructio n facilities or storage of materials and equip ment. 4.02 Subsurface and Physical Conditions A. Report s and Drawings: The Supplementary Conditions identify: 1. thos e reports known to Cit y of explorations and test s of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Cit y of physical conditions relating to existing surface or subsurface structures at the Sit e (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the “technica l data” contained in such report s and drawings, but such reports and drawings are no t Contract Documents. Such “technica l data” is identified in the Supplementary Conditions. Contractor may no t make any Contract Claim against City, or any o f their officers, directors, members, partners, employees, agents, consultants, or subcontractors wit h respect to: 1. the co mpleteness of such reports and drawings fo r Contractor’s purposes, including, but not limite d to, any aspect s of the means, methods, techniques, sequences, and procedures of constructio n to be employed by Contractor, and safety precautions and programs incident thereto ; or 2. other data, interpretations, opinions, and informatio n contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretatio n of or conclusio n drawn fro m any “technical data” or any such other data, interpretations, opinions, or infor mation. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical conditio n that is uncovered or revealed either: 1. is of such a nature as to establish that any “technica l data” on whic h 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. differ s materially fro m that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differ s materially fro m conditions ordinarily encountered and generally recognized as inherent in work of the character provided fo r in the Contract Docu ments; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing the subsurface or physical conditions or perfor ming any Work in connectio n therewit h (except in an emergency as required by Paragraph 6.17.A), notif y Cit y in writing about such condition. B. Possibl e Price and Time Adjustments Contracto r shall no t be entitle d to any adjust ment in the Contract Pric e or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final co mmit ment to Cit y wit h respect to Contract Pric e and Contract Time by the submissio n of a Bid or beco ming bound under a negotiated contract ; or 2. the existence of such conditio n could reasonably have been discovered or revealed as a result of the exa minatio n of the Contract Docu ment s or the Site ; or 3. Contracto r faile d to give the writte n notic e as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The infor matio n and data shown or indicated in the Contract Documents wit h respect to existing Underground Facilitie s at or contiguous to the Sit e is based on informatio n and dat a furnished t o Cit y or Engineer by the owner s of such Underground Facilities, including City, or by others. Unles s it is otherwis e expressly provided in the Supple mentar y Conditions: 1. Cit y and Engineer shall no t be responsible fo r the accuracy or co mpleteness of any such infor matio n or dat a provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibilit y for: a. reviewing and checking all such infor matio n and data; b. locating all Underground Facilitie s shown or indicated in the Contract Documents; c. coordination and adjust ment of the Work wit h the owner s of such Underground Facilities, including City, during construction; and d. the safet y and protection of all such Underground Facilities and repairing any damage thereto resulting fro m the Work. B. Not Shown or Indicated: 1. If an Underground Facilit y whic h conflicts wit h the Work is uncovered or revealed at or contiguous to the Sit e whic h was not shown or indicated, or no t shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after beco ming aware thereo f and befor e further disturbing conditions affected thereby or perfor ming any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connectio n therewith (except in an emergency as required by Paragraph 6.17.A), identif y the owner of such Underground Facilit y and give notice to that owner and to City. Cit y will revie w the discovered Underground Facilit y and deter mine the extent , if any, to whic h a change may be required in the Contract Document s to reflect and document the consequences of the existence or locatio n of the Underground Facility. Contractor shall be responsible fo r the safet y and protection of such discovere d Underground Facility. 2. If Cit y concludes that a change in the Contract Docu ment s is required, a Change Order ma y be issued to reflect and docu ment such consequences. 3. Verificatio n of existing utilities , structures, and servic e lines shall includ e notificatio n of all utilit y co mpanies a minimum of 48 hour s in advance of constructio n including exploratory excavatio n if necessary. 4.05 Reference Points A. Cit y shall provide engineering surveys to est ablish reference point s fo r construction, whic h in City’s judgment ar e necessary to enable Contractor to proceed wit h the Work. Cit y will provide constructio n stake s or other custo mary metho d of marking to establish line and grades for roadway and utilit y construction, centerlines and benchmarks fo r bridgework. Contractor shall protect and preserve the established reference point s and property monu ments, and shall make no changes or relocations. Contractor shall report to Cit y whenever any reference point or property monu ment is lost or destroyed or requires relocatio n because of necessary changes in grades or locations. The Cit y shall be responsible fo r the replacement or relocation of reference point s or propert y monu ment s no t carelessly or willfully destroyed by the Contractor. The Contractor shall notify Cit y in advance and wit h sufficient time to avoid delays. B. Whenever, in the opinion of the City, any refer ence point or monu ment has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such point s plus 25% will be charged against the Contractor, and the full a mount will be deducted fro m payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions ide ntify those report s and drawings known to Cit y relating to Hazardous Environment al 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 “technica l data” containe d in such report s and drawings, but suc h reports and drawing s are no t Contract Docu ments. Such “technica l data” is identified in the Supplementary Conditions . Contractor may no t make any Contract Claim against City, or any o f their officers, directors, members, partners, employees, agents, consultants, or subcontractor s wit h respect to: 1. the co mpleteness of such report s and drawings fo r Contractor’s purposes, including , but not limite d to, any aspect s of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 15 of 63 constructio n to be employed by Contractor and safety precautions and programs incident thereto ; or 2. othe r data, interpretations, opinions and informatio n contained in such report s or shown or indicated in such drawings; or 3. any Contractor interpretatio n of or conclusio n draw n fro m any “technical data” or any such othe r data, interpretations, opinions or infor mation. C. Contractor shall no t be responsible fo r any Hazardous Environmental Conditio n uncovered or revealed at the Sit e whic h was no t shown or indicated in Drawings or Specifications or identified in the Contract Docu ment s to be withi n the scop e of the Work. Contractor shall be responsible fo r a Hazardous Environmental Conditio n created wit h any materials brought to the Sit e by Contractor, Subcontractors, Suppliers, or anyone else fo r who m Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Conditio n or if Contractor or anyone for who m Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolat e such condition; (ii) sto p all Work in connectio n with such conditio n and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify Cit y (and pro mptly thereafter confir m such notice in writing). Cit y may consider the necessity to retain a qualified expert to evaluate such conditio n or take corrective action, if any. E. Contractor shall not be required to resume Work in connectio n wit h such conditio n or in any affected area until after Cit y has obtained any required per mit s related theret o and delivered written notic e to Contractor: (i) specifying that such conditio n and any affected area is or has been rendered suitable fo r the resumptio n of Work; or (ii) specifying any special conditions under whic h such Work may be resumed. F. If after receipt of such written notice Contractor does no t agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resu me such Work under such special conditions, then Cit y may order the portio n of the Work that is in the area affected by such conditio n to be deleted fro m the Work. Cit y may have such deleted portio n 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 professional s and all court or arbitration or other disput e resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for who m Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnif y any individual or entity fro m and against the consequences of that individual’s or entity’s own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do no t apply to a Hazardous Environmental Conditio n uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 – BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Document s to be purchased and maintained by Contractor shall be obtained fro m suret y or insur ance co mpanies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policie s fo r the limit s and coverages so required. Such suret y and insurance co mpanies shall also meet such additional requirement s 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 wit h Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security fo r the faithfu l 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 Cit y 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 dat e of Final Acceptance by the City. C. All bonds shall be in the for m prescribed by the Contract Document s except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of “Co mpanies Holding Certificates of Authorit y as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Co mpanies” as published in Circular 570 (amended) by the Financial Management Service, Suret y Bond Branch, U.S. Depart ment of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney whic h shall sho w that it is effective on the dat e the agent or attorney-in-fact signed each bond. D. If the suret y on any bond furnished by Contractor is declared bankrupt or beco mes insolvent or it s right to do business is ter minated in the State of Texas or it ceases to meet the requirement s of Paragraph 5.02.C, Contractor shall promptly notify Cit y and shall, within 30 days after the event giving ris e to such notification, provide another bond and surety, bot h of whic h shall co mply wit h the requirement s of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, wit h copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by Cit y or any other additiona l insured) in at least the minimum amount as specified in the Supplementary Conditions whic h 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 liabilit y policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor’s general liabilit y insurance shall include a, “per project ” or “per location”, endorsement , whic h shall be identified in the certificat e 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 complet e in it s entirety, and sho w co mplet e insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurer s for all policie s must be licensed and/o r approved to do business in the Stat e of Texas. Except for workers’ co mpensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strengt h and solvency to the satisfactio n of Risk Management . If the rating is belo w that required, written approval of Cit y is required. 5. All applicable policies shall include a Waiver of Subrogation (Right s of Recovery) in favor of the City. In addition, the Contractor agrees to waive all right s of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failur e of the Cit y to demand such certificates or other evidence of full compliance wit h the insurance requirement s or failur e of the Cit y to identify a deficienc y fro m evidence that is provided shall not be construed as a waiver of Contractor’s obligatio n to maintain such lines of insurance coverage. 7. If insurance policie s are no t written for specified coverage limits, an Umbrella or Excess Liabilit y insurance for any differences is required. Excess Liabilit y shall follo w form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the “occurrence basis”. If coverage is underwritten on a claims-made basis, the retroactive dat e shall be coincident with or prio r to the dat e of the effective dat e of the agreement and the certificate of insurance shall stat e that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained fo r the duratio n of the Contract and fo r three (3) years following Final Acceptance provided under the Contract Documents or for the warrant y period, whichever is longer . An annual certificate of insurance submitted to the Cit y shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required line s of coverage, nor decrease the limit s 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 deter mined to be unacceptable or the Cit y desire s additiona l insurance coverage, and the Cit y desire s the contractor/engineer to obtai n such coverage, the contract price shal l be adjusted by the cost of the premiu m fo r suc h additiona l coverage plu s 10%. 10. An y self-insure d retention (SIR), in excess of $25,000.00, affecting required insurance coverag e shall be approved by the Cit y in regards to asset valu e and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 18 of 63 lieu of traditiona l insurance, alternative coverage maintained through insurance pools or risk retentio n groups, must also be approved by City. 11. An y deductible in excess of $5,000.00, for any polic y that does not provide coverage on a first -dolla r basis , must be acceptable to and approved by the City. 12. City, at it s sole discretion, reserves the right to revie w the insurance requirement s and to make reasonable adjust ment s to insurance coverage’s and their limit s when deemed necessary and prudent by the Cit y based upo n changes in statutory law, court decisio n or the claims history of the industry as well as o f the contracting party to the City. The Cit y shall be required to provide prio r notice of 90 days, and the insurance adjustment s shall be incorporated int o the Work by Change Order. 13. Cit y shall be entitled, upo n writte n request and without expense, to receive copies of policies and endorsement s thereto and may make any reasonable requests fo r deletio n or revisio n or modifications of particular polic y terms, conditions, limitations, or exclusions necessary to conform the polic y and endorsement s to the requirement s of the Contract. Deletions, revisions, or modifications shall no t be requ ired where polic y provisions are established by law or regulations binding upo n either part y or the underwriter on any such policies. 14. Cit y shall not be responsible fo r the direct payment of insurance premiu m cost s for Contractor’s insurance. 5.04 Contractor’s Insurance A. Workers Compensation and Employers’ Liability. Contractor shall purchase and maintain such insurance coverage wit h limit s consistent wit h statutory benefit s outlined in the Texas Workers’ Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limit s for E mployers’ Liabilit y as is appropriate for the Work being performed and as will provide protection fro m claims set fort h belo w whic h 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 perfor med by Contractor, any Subcontractor or Supplier, or by anyone directly o r indirectly employed by any o f them to perfor m any o f the Work, or by anyone fo r whose acts any of them may be liable: 1. claims under workers’ co mpensation, disabilit y benefits, and other similar employee benefit acts; 2. claims fo r damages because of bodily injury, occupationa l sickness or disease, or deat h of Contractor’s employees. B. Commercial General Liability. Coverag e shall includ e but no t be limite d to covering liability (bodil y injur y or propert y damage) arising fro m: premises/operations, independent contractors, products/complete d operations, persona l injury, and liabilit y under an insure d 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 wit h respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Co mmercia l General Liability policy, shall have no exclusions by endorse ment s that would alter of nullify premises/operations, products/complete d operations, contractual, per sona l injury, or advertising injury, whic h are nor mally contained wit h the policy, unless the Cit y approves such exclusions in writing. Fo r constructio n project s that present a substa ntia l co mplete d operatio n exposure, the Cit y ma y requir e the contracto r to maintain co mplete d operations coverage fo r a minimum of no les s than thre e (3) years following the co mpletio n of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A co mmercial business auto polic y shall provide coverage on “any auto”, defined as auto s owned, hired and non-owned and provide indemnit y fo r claims fo r damages because bodily injur y or deat h of any perso n and or propert y 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 employe d by any of the m to perfor m any of the Work, or by anyone fo r whos e act s any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limit s of railroad right -of-way, the Contractor shall co mply wit h the requirement s identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify Cit y upo n cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit fo r days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If Cit y has any objectio n to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance wit h Article 5 on the basis of non-conformance wit h the Contract Documents, the Cit y shall so notify the Contracto r in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the Cit y such additional infor matio n in respect of insurance provided as the Cit y may reasonably request. If Contractor does no t purchase or maintain all of the bond s and insurance required by the Contract Documents, the Cit y 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 co mpetently and efficiently, devoting such attentio n thereto and applying such skills and expertise as may be necessary to perform the Work in accordance wit h the Contract Documents. Contracto r shall be solely responsible fo r the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assig n a co mpetent, English- speaking, Superintendent who shall no t be replaced without written notice to City. The Superintendent will be Contractor’s representative at the Sit e and shall have authorit y to act on behalf of Contractor. All communicatio n given to or received fro m the Superintendent shall be binding on Contractor. C. Contracto r shall notify the Cit y 24 hours prio r to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent , suitably qualified personnel to perform constructio n as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required fo r the safet y or protectio n of persons or the Work or property at the Sit e or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Sit e shall be performed during Regular Working Hours. Contractor will not permit the perfor mance of Work beyon d Regular Working Hours or for Weekend Working Hours without City’s written consent (which will no t be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noo n at least two (2) Business Days prior 2. fo r Weekend Working Hour s request must be made by noo n of the preceding Thursday 3. for legal holidays request must be made by noo n two Business Days prio r to the legal holiday. 6.03 Services, Materials, and Equipment A. Unles s otherwise specified in the Contract Docu ments, Contractor shall provide and assume full responsibilit y fo r all services, materials, equipment , labor, transportation, constructio n equipment and machinery, tools , appliances, fuel, power, light , heat , telephone, water, sanitar y facilities, temporary facilities , and all other facilitie s and incidentals necessary for the performance, Contracto r required testing , start -up, and co mpletio n of the Work. B. All materials and equipment incorporated int o the Work shall be as specified or, if not specified, shall be of good qualit y and new, except as other wis e provided in the Contract Docu ments. 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 report s of required tests) as to the source, kind , and qualit y of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 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 wit h instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All ite ms of standar d equipment to be incorporated int o the Work shall be the latest model at the time of bid , unless otherwis e specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance wit h Paragrap h 2.07 and the General Requirement s as it may be adjuste d fro m time to time as provided below. 1. Contractor shall submit to Cit y fo r acceptance (to the extent indicate d in Paragrap h 2.07 and the General Requirements) proposed adjust ment s in the Projec t Schedule that will not result in changing the Contract Time. Such adjust ment s will co mply wit h any provisions of the General Requirement s applicable thereto. 2. Contractor shall submit to Cit y a monthly Project Schedule wit h a monthly progress payment fo r the duratio n of the Contract in accordance wit h the schedule specification 01 32 16. 3. Proposed adjustment s in the Project Schedule that will change the Contract Time shall be submitte d in accordance wit h the requirement s of Article 12. Adjust ment s in Contract Time may only be made by a Change Order. 6.05 Substitutes and “Or-Equals” A. Whenever an ite m of materia l or equipment is specified or describe d in the Contract Docu ments by using the na me of a proprietary ite m or the na me of a particula r Supplier, the specificatio n or descriptio n is intended to establish the typ e, function, appearance, and qualit y required. Unless the specificatio n or descriptio n contain s or is followe d by words reading that no like , equivalent, o r “or-equal” ite m or no substitution is permitted, other ite ms of materia l or equip ment of other Suppliers may be submitted to Cit y fo r revie w under the circumstances described below. 1. “Or-Equal” Items: If in City’s sole discretio n an item of materia l or equip ment 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 Cit y as an “or-equal” item, in which case revie w and approval of the proposed item may, in City’s sole discretion, be accomplishe d without co mpliance wit h so me or all of the requirement s fo r approval of proposed substitut e ite ms. For the purposes of this Paragraph 6.05.A.1, a proposed item of materia l or equipment will be considered functionally equal to an item so named if: a. the Cit y 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: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the functio n and achieve the results imposed by the design concept of the co mpleted Project as a functioning whole; and 3) it has a proven record of performance and availabilit y of responsive service; and b. Contractor certifies that, if approved and incorporated int o the Work: 1) there will be no increase in cost to the Cit y or increase in Contract Time; and 2) it will conform substantially to the detailed requirement s of the item named in the Contract Documents. 2. Substitute Items: a. If in City’s sole discretio n an item of materia l or equipment proposed by Contractor does not qualify as an “or-equal” ite m under Paragraph 6.05.A.1, it may be submitted as a proposed substitut e ite m. b. Contractor shall submit sufficient informatio n as provided belo w to allo w Cit y to determine if the item of materia l or equipment proposed is essentially equivalent to that named and an acceptable substitut e therefor . Requests fo r review of proposed substitute items of materia l or equipment will not be accepted by Cit y fro m anyone other than Contractor. c. Contractor shall make written application to Cit y fo r review of a proposed substitute item of material or equip ment that Contractor seeks to furnis h or use. The application shall co mply wit h Sectio n 01 25 00 and: 1) shall certify that the proposed substitut e item will: a) perfor m adequately the functions and achieve the result s 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 whic h the use of the proposed substitut e item will prejudice Contractor’s achievement of final co mpletio n on time; b) whether use of the proposed substitut e item in the Work will require a change in any o f the Contract Document s (or in the provisions of any other direct contract wit h Cit y fo r other work on the Project) to adapt the design to the proposed substitut e item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporatio n or use of the proposed substitut e item in connectio n with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitut e item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credit s that will result directly or indirectly from use of such substitut e item, including cost s of redesign and Damage Clai ms of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of constructio n is expressly required by the Contract Documents, Contractor may furnish or utilize a substitut e means, method, technique, sequence, or procedure of constructio n approved by City. Contractor shall submit sufficient informatio n to allo w 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 Cit y for review in the same manner as those provided in Paragraph 6.05.A.2. C. City’s Evaluation: Cit y will be allowed a reasonable time within whic h to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. Cit y may require Contractor to furnis h additional dat a about the proposed substitute. Cit y will be the sole judge of acceptability. No “or-equal” or substitut e will be ordered, installed or utilized until City’s review is co mplete, whic h will be evidenced by a Change Order in the case of a substitute and an accepted Submitta l fo r an “or-equal.” Cit y will advise Contractor in writing of it s determination. D. Special Guarantee: Cit y may require Contractor to furnis h at Contractor’s expense a special performance guarantee, warranty, or other suret y wit h respect to any substitute. Contractor shall indemnif y and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City’s Cost Reimbursement: Cit y will record City’s cost s in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or no t City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse Cit y fo r evaluating each such proposed substitute. Contractor may also be required to reimburse Cit y fo r the charges fo r making changes in the Contract Docu ment s (or in the provisions of any other direct contract wit h City) resulting from the acceptance of each proposed substitute. F. Contractor’s Expense: Contractor shall provid e all dat a in support of any proposed substitut e or “or-equal” at Contractor’s expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Cost s (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 wit h 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. Contracto r shall no t emplo y any Subcontractor, Supplier, or other individual or entity, whether initiall y or as a replacement , against who m Cit y may have reasonable objection. Contractor shall not be required to emplo y any Subcontractor, Supplier, or other individual or entit y to furnish or perfor m any of the Work against who m Contracto r has reasonable objectio n (excluding those acceptable to Cit y as indicated in Paragraph 6.06.C). C. The Cit y may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project , and will provide such requirement s in the Supplementary Conditions. D. Minority and Women Business Enterprise Compliance: It is Cit y polic y to ensure the full and equitable participatio n by Minorit y and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Document s provide for MWBE goal, Contractor is required to co mply wit h the intent of the City’s MWBE Business Enterprise Ordinance (as amended) by the following: 1. Contractor shall, upo n request by City, provide co mplet e and accurate infor matio n regarding actual work performed by MWBE on the Contract and payment therefor. 2. Contractor will no t make additions, deletions, or substitutions of accepted MWBE without written consent of the City. Any unjustified chang e or deletio n shall be a materia l breach of Contract and may result in debarment in accordance wit h the procedures outlined in the Ordinance. 3. Contractor shall, upo n request by City, allo w an audit and/o r examinatio n of any books, records, or file s in the possession of the Contractor that will substantiat e the actual work performed by MWBE. Materia l misrepresentation of any nature will be grounds for ter minatio n of the Contract in accordance wit h Paragraph 15.02.A. Any such misrepresentation may be grounds fo r disqualification of Contractor to bid on future contracts wit h the Cit y fo r a perio d of not less than three years. E. Contractor shall be fully responsible to Cit y for all acts and omissions of the Subcontractors, Suppliers, and othe r individual s or entitie s performing or furnishing any of the Work just as Contractor is responsible fo r Contractor’s own act s and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Cit y and any such Subcontractor, Supplier or other individual or entity; nor 2. shall creat e any obligatio n on the part of Cit y to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entit y except as may otherwise be required by Laws and Regulations. F. Contracto r shall be solely responsible fo r scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract wit h Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate wit h Cit y throug h Contractor. H. All Work performed for Contracto r by a Subcontractor or Supplier will be pursuant to an appropriat e agreement between Contractor and t he Subcontractor or Supplier whic h specifically binds the Subcontracto r or Supplier to the applicable terms and conditions of the Contract Docu ment s fo r the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contracto r shall co mply wit h all requirement s of Chapter 2258, Texas Government Code (as amended), including the payment of no t less than the rates deter mined by the Cit y Council of the Cit y of Fort Worth to be the prevailing wage rates in accordance wit h Chapter 2258. Such prevailing wage rates ar e include d in these Contract Docu ments. B. Penalt y for Violation. A Contracto r or any Subcontracto r who does no t pay the prevailing wage shall, upon demand made by the City, pay to t he Cit y $60 fo r each worker employed fo r each calendar day or part of the day that the worker is paid les s than the prevailing wage rates stipulate d in these contract docu ments. This penalt y shall be retaine d by the Cit y 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 infor mation, including a co mplaint by a worker , concerning an alleged violatio n of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the Cit y shall make an initial determination, befor e the 31st day after the dat e the Cit y receives the infor mation, as to whether goo d cause exist s to believe that the violatio n occurred. The Cit y shall notify in writing the Contractor or Subcontractor and any affected worker of it s initia l determination. Upo n the City’s determinatio n that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the Cit y shall retain the full amounts claimed by the claimant or claimant s as the difference between wages paid and wages due under the prevailing wage rates, such amounts bein g subtracted fro m successive progress payment s pending a final determinatio n of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violatio n of Sectio n 2258.023, Texas Government Code, including a penalt y owed to the Cit y or an affected worker, shall be submitted to binding arbitration in accordance wit h the Texas General Arbitratio n Act (Article 224 et seq., Revised Statutes) if the Cont ractor or Subcontractor and any affected worker does no t resolve the issue by agreement befor e the 15t h day after the dat e the Cit y makes it s initia l determinatio n pursuant to Paragraph C above. If the persons required to arbitrate under this sectio n do not agree on an arbitrator befor e the 11th day after the dat e that arbitratio n is required, a district court shall appoint an arbitrator on the petitio n of any of the persons. The Cit y is no t a party in the arbitr ation. The decisio n and award of the arbitrator is fina l and binding on all partie s and may be enforced in any court of co mpetent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, fo r a perio d of three (3) years following the date of acceptance of the work, maintain records that sho w (i) the name and occupation of each worker employed by the Contractor in the constructio n of the Work provided for in this Contract ; and (ii) the actual per die m wages paid to each worker. The records shall be open at all reasonable hours fo r inspectio n by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Affadavit. Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258, Texas Government Code related to paying prevailing wage rates on completion of the project. 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 it s subcontract s and/or shall otherwise require all of it s Subcontractors to co mply wit h Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all cost s incident to the use in the perfor mance of the Work or the incorporatio n in the Work of any invention, design, process, product, or device whic h is the subject of patent right s or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents fo r use in the perfor mance of the Work and if, to the actual knowledge of City, it s use is subject to patent right s or copyrights calling fo r the payment of any license fee or royalt y to others, the existence of such right s shall be disclosed by Cit y in the Contract Documents. Failur e of the City t o disclose such infor matio n does no t relieve the Contractor fro m it s obligations to pay fo r the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professional s and al l court or arbitration or other disput e resolution costs) arisin g out of or relating to any infringement of patent right s or copyright s incident to the use in the performance of the Wor k or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 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 fo r all construction permit s and licenses except those provided fo r in the Supplementary Conditions or Contract Documents. Cit y shall assist Contractor, when necessary, in obtaining such permit s and licenses. Contractor shall pay all governmental charges and inspectio n fees necessary fo r the prosecution o f the Work whic h are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Dat e of the Agreement , except fo r permit s provided by the Cit y as specified in 6.09.B. Cit y shall pay all charges of utilit y owners fo r connections fo r providing permanent service to the Work. B. City obtained permits and licenses. Cit y will obtain and pay for all permit s and licenses as provided fo r in the Supplementary Conditions or Contract Documents. It will be the Contractor’s responsibilit y to carry out the provisions of the permit . If the Contractor initiates changes to the Contract and the Cit y approves the changes, the Contractor is responsible fo r obtaining clearances and coordinating wit h the appropriate regulatory agency. The Cit y will not reimburse the Contractor for any cost associated wit h these requirement s of any Cit y acquired permit . The following are permit s the Cit y will obtain if required: 1. Texas Depart ment of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Co mmissio n on Environmental Qualit y Permits 4. Railroad Co mpany Permits C. Outstanding permits and licenses. The Cit y anticipates acquisitio n of and/o r access to permits and licenses. An y outstanding permit s and license s are anticipated to be acquired in accordance wit h the schedule set fort h in the Supplement ary Conditions . The Project Schedule submitte d by the Contractor in accordance wit h the Contr act Docu ment s must conside r any outstanding permit s and licenses. 6.10 Laws and Regulations A. Contracto r shall give all notices required by and shall comply wit h all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the Cit y shall not be responsible fo r monitoring Contractor’s co mpliance wit h any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to kno w that it is contrar y 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: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such Work. However , it shall not be Contractor’s responsibilit y to make certain that the Specifications and Drawings are in accordance wit h Laws and Regulat ions, but this shall no t relieve Contractor of Contractor’s obligations under Paragrap h 3.02. C. Changes in Laws or Regulations no t 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 organizatio n whic h qualifie s fo r exemptio n pursuant to Texas Tax Code, Subchapter H, Section s 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials , supplie s and equipment used or consu med in the performance of thi s contract by issuing to his supplier an exe mptio n certificat e in lie u of the tax, said exe mptio n certificat e to co mply wit h Stat e Co mptroller’s Ruling .007. An y such exe mption certificat e issued to the Contractor in lie u of the tax shall be subject to and shall co mply wit h the provisio n of Stat e Co mptroller’s Ruling .011, and any other applicable ruling s pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permit s and infor matio n may be obtained fro m: https://comptroller.texas.gov/taxes/permit/ 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 Sit e and other areas per mitted by Laws and Regulations, and shall no t unreasonably encu mber the Sit e and other areas wit h constructio n equipment or other materials or equip ment . Contractor shall assu me full responsibilit y fo r any damage to any suc h land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting fro m 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 fo r proper execution of the Work, the Cit y may require the Contractor to finis h the sectio n on whic h operations are in progress before work is co mmenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Sit e and other areas free fro m accumulations of wast e materials, rubbish, and other debris. Removal and disposal of such wast e materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hour s after written notice is given to the Contractor that the clean-up on the jo b sit e is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the Cit y may take such direct actio n as the City dee ms appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the cost s of such direct action, plus 25 % of such costs, shall be deducted fro m the monies due or to beco me due to the Contractor. D. Final Site Cleaning: Prio r to Fina l Acceptance of the Work Contractor shall clea n the Sit e and the Work and make it ready for utilizatio n by Cit y or adjacent property owner. At the co mpletion of the Work Contractor shall remove fro m the Sit e all tools , appliances, constructio n equipment and machinery, and surplus materials and shall restore to original conditio n or better all property disturbed by the Work. E. Loading Structures: Contracto r shall not loa d no r per mit any part of any structur e to be loaded in any manner that will endanger the structure, no r shall Contracto r subjec t any part of the Work or adjacent propert y to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe plac e at the Sit e or in a plac e designated by the Contractor and approved by the City, one (1) record cop y of all Drawings , Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to sho w changes made during construction. These recor d document s together wit h all approved Sample s and a counterpart of all accepted Submittals will be available t o Cit y fo r reference. Upo n co mpletio n of the Work, these recor d documents, any operatio n and maintenance manuals, and Submittals will be delivered to Cit y prio r to Fina l Inspection. Contractor shall include accurate locations fo r buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible fo r initiating, maintaining and supervising all safety precautions and programs in connectio n wit h the Work. Such responsibilit y does no t relieve Subcontractors of their responsibilit y fo r the safety of persons or property in the performance of their work, no r for co mpliance wit h applicable safet y Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions fo r the safety of, and shall provide the necessary protection to prevent damage, injur y or loss to: 1. all persons on the Sit e or who may be affected by the Work; 2. all the Work and materials and equip ment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Sit e 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. Contracto r shall comply wit h all applicable Laws and Regulations relating to the safety of persons or property, or to the protectio n of persons or property fro m 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 utilit y owners when prosecution of the Work may affect them, and shall cooperate wit h them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply wit h the applicable requirement s of City’s safety programs, if any. D. Contractor shall infor m Cit y of the specific requ irement s of Contractor’s safet y program, if any, wit h whic h City’s employees and representatives must co mply 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 entit y directly or indirectly employed by any of them to perform any of the Work, or anyone fo r whose act s any of them may be liable, shall be remedied by Contractor. F. Contractor’s duties and responsibilitie s fo r safet y and fo r protectio n of the Work shall continue until such time as all the Work is completed and Cit y has accepted the Work. 6.15 Safety Representative Contractor shall infor m Cit y in writing of Contractor’s designated safet y representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible fo r coordinating any exchange of material safet y data sheet s or other hazard co mmunication infor matio n required to be made available to or exchanged between or among employers in accordance wit h Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safet y or protection of persons or the Work or property at the Sit e or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Cit y prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations fro m the Contract Docu ment s have been caused thereby or are required as a result thereo f. If Cit y determines that a change in the Contract Document s is required because of the actio n 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 fro m the Cit y to rectify any discrepancies, omissions, or correctio n necessary to confor m wit h the requirement s of the Contract Documents, the Cit y shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant conditio n and request the Contractor to take remedia l actio n to correct the condition. In the event the Contractor does not take positive steps to fulfill this writte n request, or does no t sho w jus t cause fo r not taking the proper action, within 24 hours, the Cit y may take such remedia l actio n wit h Cit y forces or by contract. The City shall deduct an amount equal to the entir e cost s for such remedia l action, plus 25%, fro m any fund s due or beco me due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to Cit y for review and acceptance in accordance wit h the accepted Schedule of Submittals (as required by Paragrap h 2.07). Each sub mitta l will be identified as Cit y may require. 1. Submit nu mber of copie s specified in the General Requirements. 2. Dat a shown on the Submittals will be co mplet e wit h respect to quantities , dimensions, specifie d perfor mance and desig n criteria , materials , and simila r dat a to sho w Cit y the services, materials , and equipment Contracto r proposes to provid e and to enable Cit y to revie w the infor matio n fo r the li mite d purposes required by Paragraph 6.18.C. 3. Submittals submitte d as herein provided by Contractor and reviewed by Cit y for conformance wit h the desig n concept shall be executed in conformit y wit h the Contract Docu ment s unles s otherwis e required by City. 4. When Submittals are submitted for the purpose of showing the installatio n in greater detail, their review shall not excuse Contractor fro m requirement s shown on the Drawings and Specifications. 5. For -Infor mation-Only submittals upo n whic h the Cit y is not expected to conduct revie w or take responsive actio n may be so identifie d in the Contract Docu ments. 6. Submit required nu mber of Sample s specified in the Specifications. 7. Clearly identif y each Sample as to material, Supplier , pertinent dat a such as catalo g nu mbers, the use fo r whic h intended and othe r dat a as Cit y may require to enable Cit y to revie w the submitta l fo r the limite d purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Document s or the Schedule of Submittals, any related Work perfor med prio r to City’s revie w and acceptance of the pertinent submitta l will be at the sole expense and responsibilit y of Contractor. C. City’s Review: 1. Cit y will provid e timely revie w of required Submittals in accordance wit h the Schedule of Submittals acceptable to City. City’s revie w and acceptance will be only to deter mine if the ite ms covered by the submittals will, after inst allatio n or incorporatio n in the Work, conform to the in formatio n give n in the Contract Document s and be co mpatible wit h the design concept of the co mplete d Project as a functioning whole as indicated by the Contract Docu ments. 2. City’s revie w and acceptance will no t extend to means, methods, techniques, sequences, or procedures of constructio n (except wher e a particula r means, method, technique, sequence, or procedur e of constructio n is specifically and expressly called fo r by the Contract Docu ments) or to safet y precautions or programs incident thereto . The revie w and acceptance of a separat e ite m as such will not indicat e approval of the assembly in whic h the item functions. 3. City’s review and acceptance shall not relieve Contractor fro m responsibilit y fo r any variatio n fro m the requirement s of the Contract Docu ment s unles s Contractor has co mplied wit h the requirement s of Sectio n 01 33 00 and Cit y has give n written acceptance of each such variatio n by specific written notatio n thereo f incorporated in or accompanying the Submittal. City’s review and acceptance shall no t relieve Contracto r fro m responsibilit y for co mplying wit h the require ment s 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 disagreement s wit h City. No Work shall be delayed or postponed pending resolutio n of any disputes or disagreements, except as Cit y and Contractor may otherwise agree in writing. 6.20 Contractor’s General Warranty and Guarantee A. Contractor warrant s and guarantees to Cit y that all Work will be in accordance wit h the Contract Document s and will no t be defective. Cit y and it s officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor’s warrant y and guarantee. B. Contractor’s warrant y and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operatio n by persons other than Contractor, Subcontractors, Suppliers, or any other individua l or entit y for who m Contracto r is responsible ; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. nor mal wear and tear under normal usage. C. Contractor’s obligatio n to perform and complet e the Work in accordance wit h the Contract Document s shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance wit h the Contract Document s or a release of Contractor’s obligatio n to perform the Work in accordance wit h the Contract Documents: 1. observations by City; 2. reco mmendatio n or payment by Cit y of any progress or fina l payment; 3. the issuance of a certificate of Final Acceptance by Cit y or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correctio n of defective Work by City. D. The Contractor shall remed y any defect s or da mages in the Work and pay fo r any damage to othe r wor k or propert y resulting therefro m whic h shall appear withi n a perio d of two (2) years fro m the dat e of Fina l Acceptance of the Work unles s a longer perio d is specified and shall furnis h a good and sufficient maintenance bond, complying wit h the requirement s of Article 5.02.B. The Cit y will give notic e of observed defects wit h reasonable pro mptness. 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, fro m and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against suc h claim s and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contracto r will no t be required to provide professiona l design services unless such services are specifically required by the Contract Document s fo r a portio n of the Work or unless such services are required to carr y out Contractor’s responsibilities fo r constructio n means, methods, techniques, sequences and procedures. B. If professiona l desig n services or certifications by a desig n professiona l related to systems, materials or equip ment are specifically required of Contractor by the Contract Documents, City will specify all performance and desig n criteria that such services must satis fy. 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 pro fessional. Submittals related to the Work designed or certified by such pro fessional, if prepared by others, shall bear such pro fessional’s written approval when submitted to City. C. Cit y shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Cit y has specified to Contractor performance and desig n criteria that suc h 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 wit h performance and desig n criteria give n and the desig n concept expressed in the Contract Documents. City’s review and acceptance of Submittals (except desig n 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 Cit y shall, until the expiratio n 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 Cit y 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 audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all it s subcontract s hereunder a provisio n to the effect that the subcontractor agrees that the Cit y shall, until the expiratio n 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 Cit y shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriat e work space in order to conduct audit s in co mpliance wit h the provisions of this Paragraph. The Cit y shall give Subcontracto r reasonable advance notic e of intended audits. C. Contractor and Subcontractor agree to photocopy such document s as may be requested by the City. The Cit y 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 perfor med. 6.24 Nondiscrimination A. The Cit y is responsible fo r operating Public Transportation Programs and imple menting transit - related projects, whic h are funded in part wit h Federal financial assistance awarded by the U.S. Depart ment of Transportatio n and the Federal Transit Ad ministration (FTA), without discriminating against any perso n in the United States on the basis of race, color , or national origin. B. Title VI , Civi l Right s Act of 1964 as amended: Contractor shall comply wit h the requirement s of the Act and the Regulations as further defined in the Supplementary Conditions fo r any project receiving Federal assistance. ARTICLE 7 – OTHER WORK AT THE SITE 7.01 Related Work at Site A. Cit y may perfor m other work related to the Project at the Sit e wit h City’s employees, or other Cit y contractors, or through other direct cont ract s therefor, or have other work performed by utilit y owners. If such other work is not noted in the Contract Documents, then written notice thereo f will be given to Contractor prio r to starting any such other work; and B. Contractor shall affor d each other contractor who is a party to such a direct contract, each utility owner, and City, if Cit y is performing other work wit h City’s employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity fo r the introduction and storage of materials and equip ment and the execution of such other work, and properly coordinate the Work wit h theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make it s several parts co me together and properly integrat e wit h such other work. Contractor shall not endanger any work of other s by cutting, excavating, or otherwise altering such work; provided, however , that Contractor may cut or alter others' work wit h the written consent of Cit y and the others whose work will be affected. C. If the proper execution or result s of any part of Contractor’s Work depends upo n work performed by others under this Article 7, Contractor shall inspect such other work and pro mptly report to Cit y in writing any delays, defects, or deficienc ies in such other work that render it unavailable or unsuitable fo r the proper execution and result s of Contractor’s Work. Contractor’s failur e to so report will constitut e an acceptance of such other work as fit and proper for integratio n with Contractor’s Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If Cit y intends to contract wit h others for the perfor mance of other work on the Project at the Site, the following will be set fort h in Supplementary Conditions: 1. the individual or entit y who will have autho rit y and responsibilit y fo r coordination of the activitie s among the variou s contractors will be identified; 2. the specific matter s to be covered by such authorit y and responsibilit y will be ite mized; and 3. the extent of such authorit y and responsibilitie s will be provided. B. Unless otherwise provided in the Supplementary Conditions, Cit y shall have authority fo r such coordination. ARTICLE 8 – CITY’S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, Cit y shall issue all communications to Contractor. 8.02 Furnish Data Cit y shall timely furnish the dat a required under the Contract Documents. 8.03 Pay When Due Cit y shall make payment s to Contractor in accordance wit h Article 14. 8.04 Lands and Easements; Reports and Tests City’s duties wit h respect to providing lands and easement s and providing engineering surveys to establish reference point s are set fort h in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City’s identifying and making available to Contractor copies of reports of explorations and tests of subsurfac e conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Sit e that have been utilized by Cit y in preparing the Contract Documents. 8.05 Change Orders Cit y shall execute Change Orders in accordance wit h Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City’s responsibilit y wit h respect to certain inspections, tests, and approvals is set fort h in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City’s Responsibilities A. The Cit y shall no t supervise, direct , or have contro l or authorit y over, no r be responsible for, Contractor’s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or fo r any failur e of Contractor to co mply wit h Laws and Regulations applicable to the performance of the Work. Cit y will no t be responsible for Contractor’s failur e to perfor m the Work in accordance wit h the Contract Documents. B. Cit y will notify the Contracto r of applicable safet y plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City’s responsibilit y wit h respect to an undisclosed Hazardous Environmental Conditio n is set forth in Paragraph 4.06. 8.09 Compliance wit h Safety Program While at the Site, City’s employees and representatives shall comply wit h the specific applicable requirement s of Contractor’s safety programs of which Cit y has been informed pursuant to Paragraph 6.14. ARTICLE 9 – CITY’S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City’s Project Manager Cit y will provide one or more Project Manager(s) during the constructio n period. The duties and responsibilities and the limitations of authorit y 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 visit s to the Sit e at intervals appropriate to the various stages of constructio n as Cit y deems necessary in order to observe the progress that has been made and the quality of the various aspect s of Contractor’s executed Work. Based on informatio n obtained during such visit s and observations, City’s Project Manager will determine, in general, if the Work is proceeding in accordance wit h the Contract Documents. City’s Project Manager will not be required to make exhaustive or continuous inspections o n the Sit e to check the quality or quantity of the Work. City’s Project Manager’s efforts will be directed toward providing Cit y a greater degree of confidence that the co mpleted Work will conform generally to the Contract Documents. B. City’s Project Manager’s visit s and observations are subject to all the limitations on authorit y and responsibilit y in the Contract Document s including those set fort h in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City’s Project Manager may authorize mino r variations in the Work fro m the requirement s of the Contract Docu ment s whic h do no t involve an adjust ment in the Contract Price or the Contract Time and are co mpatible wit h the design concept of the co mpleted Project as a functioning whole as indicated by the Contract Docu ments. These may be accomplished by a Field Order and will be binding on Cit y and als o on Contractor, who shall perfor m the Work involved promptly. 9.04 Rejectin g Defective Work Cit y will have authority to reject Work whic h Cit y’s Project Manager believes to be defective, or will not produce a co mplete d Project that conforms t o the Contract Document s or that will prejudice the integrit y of the design concept of the co mpleted Project as a functioning whole as indicated by the Contract Documents. Cit y will have authorit y to conduct special inspection or testing of the Work as provided in Article 13, whether or no t the Work is fabricated, installed, or co mpleted. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City’s Project Manager will review wit h Contractor the preliminary determinations on such matters before rendering a written reco mmendation. City’s written decisio n will be final (except as modified to reflect changed factual conditions or more accurat e data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. Cit y will be the initia l interpreter of the requirement s of the Contract Document s and judge of the acceptabilit y of the Work thereunder. B. Cit y will render a written decisio n on any issue referred. C. City’s written decisio n 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, Cit y may, at any time or from time to time, order Extr a Work. Upo n notice of such Extr a Work, Contractor shall promptly proceed wit h the Work involved whic h will be perfor med under the applicable conditions of the Contract Docu ment s (except as otherwise specifically provided). Extr a Work shall be memorialized by a Change Order whic h may or may no t precede an order of Extr a work. B. Fo r mino r changes of Work no t 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: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time wit h respect to any work perfor med that is not required by the Contract Document s 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. Cit y and Contractor shall execute appropriat e Change Orders covering: 1. changes in the Work whic h are: (i) ordered by Cit y pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City’s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time fo r Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extr a Work, or as to the payment thereof, and the Cit y insist s upo n it s performance, the Contractor shall proceed wit h the work after making written request fo r written orders and shall keep accurat e account of the actual reasonable cost thereof. Contract Claims regarding Extr a Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the Cit y such installatio n records of all deviations fro m the original Contract Document s as may be necessary to enable the Cit y to prepare for permanent record a corrected set of plans showing the actual installation. C. The co mpensation agreed upo n for Extr a Work whether or no t initiated by a Change Order shall be a full, complet e and final payment for all cost s Contractor incurs as a result or relating to the change or Extr a Work, whether said cost s are known, unknown, foreseen or unforeseen at that time, including without limitation, any cost s for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extr a Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a suret y of any change affecting the general scope of the Work or the provisions of the Contract Document s (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: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City’s Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Cit y fo r decis ion. A decisio n by Cit y shall be required as a conditio n precedent to any exercise by Contractor of any right s 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 Cit y no later than 15 days after the start of the event giving rise thereto. The responsibilit y to substantiate a Contract Claim shall rest wit h the party making the Contract Clai m. 2. Notice of the amount or extent of the Contract Clai m, wit h supporting dat a shall be delivered to the Cit y on or befor e 45 days fro m the start of the event giving rise thereto (unless the City allows additiona l time fo r Contractor to submit additiona l or more accurat e data in support of such Contract Claim). 3. A Contract Claim fo r an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim fo r an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be acco mpanied by Contractor’s written statement that the adjust ment claimed is the entir e adjust ment to whic h the Contractor believes it is entitled as a result of said event. 6. The Cit y shall submit any response to the Contracto r within 30 days afte r receipt of the clai mant’s las t submittal (unles s Contract allow s additiona l time). C. City’s Actio n: Cit y will revie w each Contract Clai m and, within 30 days after receipt of the last submitta l 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 Cit y is unable to resolve the Contract Claim if, in the City’s sole discretion, it would be inappropriate for the Cit y to do so. Fo r purposes of further resolutio n of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 41 of 63 D. City’s written actio n under Paragraph 10.06.C will be final and binding, unless Cit y or Contractor invoke the dispute resolutio n procedure set fort h in Article 16 within 30 days of such actio n or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance wit h this Paragraph 10.06. ARTICLE 11 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum o f all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value o f any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additiona l or incre mental cost s required because of the change in the Work. Such cost s shall not include any of the cost s itemized in Paragraph 11.01.B, and shall include but no t be limited to the following items: 1. Payroll cost s fo r employees in the direct emplo y of Contractor in the performance of the Work under schedules of jo b classifications agreed upo n by Cit y and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll cost s fo r employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll cost s shall include; a. salaries wit h a 55% markup, or b. salaries and wages plus the cost of fringe benefits, whic h shall include socia l security contributions, unemployment , excise, and payroll taxes, workers’ co mpensation, health and retirement benefits, bonuses, sick leave, vacation and holida y pay applicable thereto. The expenses of perfor ming Work outside of Regular Working Hours, Weekend Working Hours, or lega l 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 constructio n equip ment and machinery, and the part s thereo f whether rented fro m Contractor or other s in accordance wit h renta l agreement s approved by City, and the cost s of transportation, loading, unloading, assembly, dis mantling, and removal thereof. All such cost s shall be in accordance wit h the terms of said rental agreements. The rental of any such equipment , machinery, or part s shall cease when the use thereo f is no longe r necessary fo r the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 42 of 63 4. Payment s made by Contractor to Subcontractors fo r Work perfor med by Subcontractors. If required by City, Contractor shall obtain competitive bid s from subcontractors acceptable to Cit y and Contractor and shall deliver such bids to City, who will then determine, whic h 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 Contract or’s Cost of the Work and fee as provided in this Paragraph 11.01. 5. Cost s of special consultant s (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed fo r services specifically related to the Work. 6. Supplemental cost s including the following: a. The proportio n of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of dutie s connected wit h the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equip ment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, whic h are consumed in the perfor mance of the Work, and cost, less market value, of such ite ms used but no t consu med which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and fo r which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposit s lost fo r causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of the m or for whose act s any of them may be liable, and royalt y payment s and fees fo r permit s and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not co mpensated by insurance or otherwise, sustained by Contractor in connectio n wit h the perfor mance o f the Work, provided such losses and damages have resulted fro m causes othe r tha n the negligence of Contractor, any Subcontractor, or anyone directly or indirectl y employed by any o f them or for whose act s any of them may be liable. Such losses shall include settle ment s made wit h the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor’s fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Mino r expenses such as telegrams, long distance telephone calls, telephone and co mmunicatio n services at the Site , express and courier services, and similar pett y cash ite ms in connectio n wit h the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 43 of 63 h. The cost s of premiu ms fo r all bonds and insurance Contractor is required by the Contract Docu ment s to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall no t include any of the following items: 1. Payrol l cost s and other co mpensation of Cont ractor’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 Sit e or in Contractor’s principa l or branch office for general administration of the Work and not specifically included in the agreed upo n schedule of jo b classifications referred to in Paragrap h 11.01.A.1 or specifically covered by Paragrap h 11.01.A.4, all of whic h are to be considere d administrative cost s covered by the Contractor’s fee. 2. Expenses of Contractor’s principa l and branch office s other than Contractor’s offic e at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed fo r the Work and charges against Contractor fo r delinquent payments. 4. Cost s due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or fo r whose act s any of them may be liable , including but not limite d to, the correctio n of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Othe r overhead or general expense cost s of any kind. C. Contractor’s Fee: When all the Work is performed on the basis of cost-plus, Contractor’s fee shall be deter mined as set fort h 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 fort h 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 thereo f in accordance wit h generally accepted accounting practices and submit in a for m acceptable to City an ite mize d cost breakdown together wit h 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 Document s and shall cause the Work so covered to be performed for such sums and by such persons or entitie s as may be acceptable to City. B. Pre-bi d Allowances: 1. Contracto r agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor’s cost s fo r unloading and handling on the Site, labor , installation, overhead, profit , and other expenses conte mplate d fo r t he pre-bid allowances have been included in the allowances, and no demand fo r additiona l payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingenc y allowance, if any, is fo r the sole us e of City. D. Prio r to fina l payment , an appropriat e Change Order will be issued to reflect actual amount s due Contracto r on account of Work covered by allowances, and the Contract Pric e shall be correspondingly adjusted. 11.03 Uni t Price Work A. Wher e the Contract Docu ment s provide that all or part of the Work is to be Unit Pric e Work, initiall y the Contract Pric e will be deemed to includ e fo r all Unit Pric e Work an amount equal to the sum of the unit pric e fo r each separately identifie d ite m of Unit Pric e Work times the estimated quantit y of each ite m as indicate d in the Agreement. B. The estimated quantities of ite ms of Unit Pric e Work are not guaranteed and are solely for the purpose of co mpariso n of Bids and determining an initia l Contract Price. Determinations of the actual quantitie s and classifications of Unit Price Work performed by Contractor will be made by Cit y subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequat e to cover Contractor’s overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required fo r a functionally co mplet e installation, but no t 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. Cit y may make an adjust ment in the Contract Price in accordance wit h Paragraph 12.01 if: 1. the quantit y of any ite m 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 adjust ment wit h respect to any other item of Work. E. Increased or Decreased Quantities: The Cit y reserves the right to order Extr a Work in accordance wit h Paragraph 10.01. 1. If the changes in quantities or the alterations do no t significantly change the character of work under the Contract Documents, the altered work will be paid fo r at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist , this will be considered Extr a Work and the Contract will be amended by a Change Order in accordance wit h Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differ s materially in kind or nature fro m that in the Contract or b. a Majo r Item of work varies by more than 25% fro m the origina l Contract quantity. 5. When the quantity of work to be done under any Majo r Item of the Contract is more than 125% of the original quantity stated in the Contract , then either part y to the Contract may request an adjust ment to the unit price on the portio n of the work that is above 125%. 6. When the quantit y of work to be done under any Majo r Item of the Contract is less than 75% of the original quantity stated in the Contract , then either part y to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may no t represent the exact quantit y of work per formed or material moved, handled, or placed during the execution of the Contract . The estimated bid quantities are designated as fina l payment quantities, unless revise d by the governing Sectio n or this Article. B. If the quantity measured as outlined under “Price and Payment Procedures” varies by more than 25% (or as stipulated under “Price and Payment Procedures” fo r specific Items) fro m the total estimated quantit y for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantit y of authorized work done for payment purposes. The part y to the Contract requesting the adjustment will provide field measurement s and calculations showing the final quantity for whic h payment will be made. Payment for revised quantit y will be made at the unit price bid fo r that Item, except as provided fo r in Article 10. C. When quantities are revised by a change in desig n approved by the City, by Change Order, or to correct an error, or to correct an erro r on t he 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 quantit y multiplie d by the unit price bid for an individual Item is les s than $250 and the Item is not originally a plan s quantity Item, then the Item may be paid as a plans quantit y Item if the Cit y and Contractor agree in writing to fix the fina l quantit y as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 46 of 63 E. Fo r callout work or non-sit e specific Contracts, the plans quantity measurement requirement s are not applicable. ARTICLE 12 – CHANGE OF CONTRACT PRICE; CHANG E 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 deter mined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is no t covered by unit prices contained in the Contract Documents, by a mutually agreed lu mp sum or unit price (which may include an allowance fo r overhead and profit no t necessarily in accordance wit h 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 Extr a Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Docu ments and agreement to a lu mp su m or unit price is no t reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (deter mined as provided in Paragraph 11.01) plus a Contractor’s fee fo r overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor’s Fee: The Contractor’s additiona l fe e fo r overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is no t agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. fo r costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor’s additional fee shall be 15 percent except for: 1) rental fees fo r Contractor’s own equip ment using standard rental rates; 2) bond s and insurance; b. for cost s incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor’s fee shall be five percent (5%); 1) where one or more tier s of subcontract s 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 DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the cost s incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of cost s ite mized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to Cit y fo r any change whic h result s in a net decrease in cost will be the amount of the actua l net decrease in cost plu s a deduction in Contractor’s fe e 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 extensio n of the Contract Time will be allowed for Extr a Work or for claimed dela y unless the Extr a Work contemplated or claimed dela y is shown to be on the critical path of the Project Schedule or Contractor can sho w by Critica l Pat h Metho d analysis ho w the Extr a Work or claimed dela y adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the perfor mance or co mplet ion of any part of the Work within the Contract Time due to dela y beyon d the contro l of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such dela y if a Contract Claim is made therefor. Delays beyond the contro l of Cont ractor shall include, but no t be limited to, acts or neglect by City, act s or neglect of utilit y owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or act s of God. Such an adjustment shall be Contractor’s sole and exclusive remedy fo r the delays described in this Paragraph. B. If Contractor is delayed, Cit y shall no t be liable to Contractor for any claims, costs, losses, or damages (including but no t li mited to all fees and charges of engineers, architects, attorneys, and othe r professionals and all court or arbitratio n or other dispute resolutio n costs) sustained by Contractor on or in connectio n wit h any other project or anticipated project. C. Contractor shall no t be entitled to an adjustment in Contract Price or Contract Time for delays within the contro l of Contractor. Delays attributable to and within the contro l of a Subcontractor or Supplier shall be deemed to be delays within the contro l of Contractor. D. The Contractor shall receive no co mpensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failur e of the Cit y to provide infor matio n or material, if any, whic h is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of whic h Cit y has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected , or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies wit h jurisdictional interests will have access to the Sit e and the Work at reasonable times fo r their observation, inspection, and testing. Contractor shall provide them proper and safe conditions fo r such access and advise them of Contractor’s safet y procedures and programs so that they may comply therewit h as applicable. 13.03 Tests and Inspections A. Contractor shall give Cit y timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate wit h inspectio n and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdictio n require any of the Work (o r part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibilit y fo r arranging and obtaining such independent inspections , tests, retest s or approvals, pay all cost s in connectio n therewith, and furnis h Cit y the required certificates of inspectio n or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulatio n (TDLR) inspections , whic h shall be paid as describe d in the Supplementar y Conditions. C. Contracto r shall be responsible fo r arranging and obtaining and shall pay all cost s in connection wit h any inspections, tests, re-tests, or approvals required fo r City’s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prio r to Contractor’s purchase thereo f for incorporatio n in the Work. Such inspections , tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. Cit y may arrange fo r the services of an independent testing laborator y (“Testing Lab”) to perfor m any inspections or test s (“Testing”) fo r any part of the Work, as determined solely by City. 1. Cit y will coordinate such Testing to the extent possible, wit h Contractor; 2. Should any Testing under this Sectio n 13.03 D result in a “fail”, “did not pass” or other similar negative result , the Contracto r shall be responsible fo r paying fo r any and all retests. Contractor’s cancellation without cause of Cit y initiated Testing shall be deemed a negative result and requir e a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amount s owed fo r any retest under this Sectio n 13.03 D shall be paid directly to the Testing Lab by Contractor. Cit y will forwar d all invoices fo r retest s to Contractor. 4. If Contractor fails to pay the Testing Lab, Cit y will not issue Fina l Payment until the Testing Lab is paid. E. If any Work (or the wor k 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 fo r 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 Sectio n 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Document s or specific instructions by the City, it must, if requested by City, be uncovered for City’s observatio n and replaced at Contractor’s expense. B. If Cit y consider s it necessary or advisable that covered Work be observed by Cit y or inspected or tested by others, Contractor, at City’s request, shall uncover, expose, or otherwise make available fo r observation, inspection, or testing as Cit y may require, that portio n of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolutio n costs) arising out o f or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstructio n (including but not limited to all cost s of repair or replacement of work of others); or Cit y shall be entitled to accept defective Work in accordance wit h Paragraph 13.08 in whic h case Contractor shall still be responsible fo r all costs associated wit h exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contracto r 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 Contracto r fails to supply sufficient skilled workers or suitable materials or equip ment , or fails to per form the Work in such a way that the co mpleted Work will conform to the Contract Documents, Cit y may order Contractor to stop the Work, or any portio n thereo f, until the cause fo r such order has been eliminated; however, this right of Cit y to stop the Work shall not give rise to any dut y on the part of Cit y to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any suret y for, or employee or agent of any of them. 13.06 Correction or Remova l of Defective Work A. Pro mptly afte r receipt of written notice , Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or no t fabricat ed, installed , or co mpleted, or, if the Work has been rejected by City, remove it fro m the Projec t and replace it wit h Work that is no t defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limite d to all fee s and charges of engineers, architects, attorneys, and other professionals and all court or arbitratio n or other dispute resolutio n costs) arising out of or relating to such correction or removal (including but no t limited to all cost s of repair or replacement of work of others). Failur e to requir e 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 actio n that would void or otherwise impair City’s special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. I f within two (2) years afte r t he dat e of Fina l Acceptance (or such longer perio d 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 Cit y or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to Cit y and in accordance wit h 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 fro m the Project and replace it wit h Work that is not defective, and 4. satisfactorily correct or repair or remove and replac e any damage to othe r Work, to the work of other s or othe r land or areas resulting therefro m. B. If Contractor does not pro mptly co mply wit h the ter ms of City’s writte n instructions, or in an emergency wher e dela y would cause seriou s ris k of los s or damage, Cit y 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 no t limite d to all fee s and charges of engineers, architects, attorneys , and othe r professionals and all court or other disput e resolutio n costs) arisin g out of or relating to such correctio n or repair or such remova l and replacement (including but no t limite d to all cost s of repair or replacement of wor k of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular ite m of equipment is placed in continuous service befor e Fina l Acceptance of all the Work, the correctio n perio d fo r that item may start to run from an earlier dat e if so provided in the Contract Docu ments. D. Wher e defective Work (and damage to other Work resulting therefro m) has been corrected or removed and replaced under this Paragraph 13.07, the correctio n perio d hereunder wit h respect to such Work may be required to be extended fo r an additiona l perio d of one yea r afte r the end of the initia l correctio n period. Cit y shall provid e 30 days written notic e to Contractor should such additiona l warrant y coverage be required. Contractor may disput e this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor’s obligations under this Paragraph 13.07 are in additio n to any other obligatio n 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 limitatio n or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, Cit y prefers to accept it , Cit y may do so . Contractor shall pay all clai ms, 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 resolutio n costs) attributable to City’s evaluatio n of and determinatio n to accept such defective Work and for the diminished value of the Work to the extent no t otherwise paid by Contractor. If any such acceptance occurs prio r to Fina l Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Document s wit h respect to the Work, and Cit y shall be entitled to an appropriat e decrease in the Contract Price, reflecting the diminished value o f Work so accepted. 13.09 City May Correct Defective Work A. If Contracto r fails within a reasonable time after written notice from Cit y to correct defective Work, or to remove and replace rejected Work as required by Cit y in accordance wit h Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance wit h the Contract Documents, or if Contracto r fails to co mply wit h any other provisio n of the Contract Documents, Cit y may, after seven (7) days writte n notic e to Contractor, correct , or remedy any such deficiency. B. In exercising the right s and remedies under this Paragraph 13.09, Cit y shall proceed expeditiously. In connectio n wit h such cor rective or remedia l action, Cit y may exclude Contractor fro m all or part of the Site, take possession of all or part of the Work and suspend Contractor’s services related thereto, and incorporat e in the Work all materials and equipment incorporated in the Work, stored at the Sit e or for whic h Cit y has paid Contractor but whic h are stored elsewhere. Contractor shall allo w City, City’s representatives, agents, consultants, employees, and City’s other contractors, access to the Sit e to enable Cit y 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: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by Cit y in exercising the right s 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 Document s wit h respect to the Work; and Cit y shall be entitled to an appropriat e decrease in the Contract Price. D. Contractor shall not be allowed an extensio n of the Contract Time because of any dela y in the perfor mance of the Work attributable to the exercise of City’s right s and remedie s under this Paragrap h 13.09. ARTICLE 14 – PAYMENTS TO CONTRACTO R AND COMPLETION 14.01 Schedule of Values The Schedule of Value s fo r lu mp su m contract s established as provided in Paragraph 2.07 will serve as the basis for progress payment s and will be inc orporated int o a form of Applicatio n for Payment acceptable to City. Progress payment s on account of Unit Pric e Work will be based on the number of unit s co mpleted. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible fo r providing all informatio n as required to beco me a vendo r of the City. 2. At least 20 days befor e the date established in the General Requirement s fo r each progress payment , Contractor shall submit to Cit y for review an Applicatio n for Payment filled out and signe d by Contractor covering the Work co mpleted as of the dat e of the Applicatio n and acco mpanied by such supporting documentation as is required by the Contract Docu ments. 3. If payment is requeste d on the basis of materials and equipment no t incorporated in the Work but delivered and suitably stored at the Sit e or at another locatio n agreed to in writing, the Application fo r Payment shall also be acco mpanied by a bill of sale, invoice, or other documentation warranting that Cit y has received the materials and equip ment free and clear o f all Liens and evidence that the materia ls and equipment are covered by appropriate insurance or other arrangement s to protect Cit y’s interest therein, all of whic h must be satisfactory to City. 4. Beginning wit h the second Applicatio n fo r Payment, each Applicatio n shall include an affidavit of Contracto r stat ing that previous progress payment s received on account of the Work have been applied on account to discharge Contractor’s legitimate obligations associated wit h prio r Applications fo r Payment. 5. The amount of retainage wit h respect to progress payment s will be as described in subsection C. unless otherwise stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. Cit y will, after receipt of each Application fo r Payment , eithe r indicate in writing a reco mmendatio n of payment or retur n the Applicatio n 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 Applicatio n for Payment will be based on City’s observations of the executed Work, and on City’s revie w of the Applicatio n for Payment and the acco mpanying dat a and schedules, that to the best of City’s knowledge: a. the Work has progressed to the point indicated; b. the qualit y of the Work is generally in accordance wit h the Contract Document s (subject to an evaluatio n of the Work as a funct ioning whole prio r to or upo n Fina l Acceptance, the result s of any subsequent test s called fo r in the Contract Docu ments, a final deter minatio n of quantitie s and classificat ions fo r Work performed under Paragrap h 9.05, and any other qualifications stated in the reco mmendation). 3. Processing any such payment will no t thereby be deemed to have represented that: a. inspections made to check the quality or the quantit y 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 Cit y in the Contract Documents; or b. there may not be other matters or issues bet ween the parties that might entitle Contractor to be paid additionall y by Cit y or entitle Cit y to withhold payment to Contractor; or c. Contractor has co mplied wit h Laws and Regulations applicable to Contractor’s performance of the Work. 4. Cit y may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the result s of subsequent inspections or tests, and revise or revoke any such payment previously made, to such ext ent as may be necessary to protect Cit y from loss because: a. the Work is defective or co mpleted Work has been damaged by the Contracto r or 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. Cit y has been required to correct defective Work or co mplet e Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. Cit y has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. Fo r contract s less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. Fo r contract s greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. Fo r each calendar day that any work shall remain unco mpleted after the time specified in the Contract Docu ments, the sum per day specified in the Agreement will be assessed against the monie s due the Contractor, no t as a penalty, but as damages suffered by the City. E. Payment : Contractor will be paid pursuant to the requirement s of this Article 14 and payment will beco me due in accordance wit h the Contract Docu ments. F. Reduction in Payment: 1. Cit y may refuse to make payment of the amount requested because: a. Liens have been filed in connectio n wit h the Work, except where Contractor has delivered a specific bond satisfactory to Cit y to secure the satisfaction and discharge of such Liens; b. ther e are other ite ms entitling Cit y to a set -off against the amount reco mmended; or c. Cit y 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 Cit y refuse s to make payment of the amount requested, Cit y will give Contracto r written notic e stating the reasons fo r such actio n and pay Contractor any amount remaining after deduction of the amount so withheld . Cit y shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by Cit y and Contractor, when Contractor remedie s the reasons fo r such action. 14.03 Contractor’s Warranty of Title Contractor warrant s and guarantees that title to all Work, materials, and equipment covered by any Applicatio n for Payment , whether incorporated in the Project or not , will pass to Cit y no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prio r to Final Acceptance of all the Work, Cit y may use or occupy any part of the Work whic h has specifically been identified in the Contract Docu ments, or which City determines constitutes a separately functioning and usable part of the Work that can be used for it s intended purpose without significant interference wit h Contractor’s performance of the remainder of the Work. Cit y at any time may notify Contractor in writing to permit Cit y to use or occupy any such part of the Work whic h Cit y determines to be ready fo r its intended use, subject to the following conditions: 1. Contractor at any time may notify Cit y in writing that Contractor consider s any such part of the Work ready fo r it s intended use. 2. Within a reasonable time after notificatio n as enu merated in Paragraph 14.05.A.1, Cit y and Contractor shall make an inspection of that part of the Work to determine it s status of co mpletion. If Cit y does no t consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partia l Utilizatio n will no t constitut e Final Acceptance by City. 14.05 Final Inspection A. Upo n written notice fro m Contractor that the entir e Work is Substantially Complet e in accordance wit h the Contract Documents: 1. Within 10 days, Cit y will schedule a Final Inspectio n wit h Contractor. 2. Cit y will notify Contractor in writing of all particulars in whic h this inspectio n reveals that the Work is inco mplet e or defective (“Punch List Items”). Contractor shall immediately take such measures as are necessary to co mplet e such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said dat e of notification to the City of Substantial Completion and the dat e of Fina l Inspection. 1. Should the Cit y determine that the Work is not read y fo r Final Inspection, Cit y will notify the Contracto r in writing of the reasons and Contract Time will resume. 2. Should the City concur that Substantial Completion has been achieved with the exception of any Punch List Items, Contract Time will resume for the duration it takes for Contractor to achieve Final Acceptance. 14.06 Final Acceptance Upo n co mpletio n by Contractor to City’s satisfaction, of any additiona l Work identified in the Final Inspection , Cit y will issue to Contracto r a letter of Fina l Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upo n Fina l Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure fo r progress payment s in accordance wit h the Contract Documents. 2. The final Applicatio n fo r Payment shall be accompanied (except as previously delivered) by: a. all documentation called fo r 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 fina l payment; c. a lis t of all pending or released Damage Clai ms against Cit y that Contractor believes are unsettled ; and d. affidavit s of payment s for employees, subcontractors, and suppliers; and co mplet e and legally effective releases or waivers (satisfactory to City) of all Lie n right s aris ing out of or Liens filed in connectio n wit h the Work . B. Payment Becomes Due: 1. Afte r City’s acceptance of the Applicatio n fo r Payment and accompanying documentation, requested by Contractor, les s previous payment s made and any sum Cit y is entitled, including but not limite d to liquidate d damages, will beco me due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Clai m has been reported to Contractor’s insurance provider fo r resolution. 3. The making of the final payment by the Cit y shall not relieve the Contracto r of any guarantees or other requirement s of the Cont ract Document s whic h specifically continue thereafter. 14.08 Final Completion Delayed and Partia l Retainage Release A. If fina l co mpletio n of the Work is significantly delayed, and if Cit y so confir ms, Cit y may, upon receipt of Contractor’s fina l Applicatio n fo r Payment , and without terminating the Contract, make payment of the balance due fo r that port ion of the Work fully completed and accepted. If the remaining balance to be held by Cit y for Work not fully completed or corrected is les s 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 suret y to the payment of the balance due fo r that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 57 of 63 portio n of the Work fully completed and accepted shall be submitted by Contractor to Cit y with the Applicatio n fo r suc h payment . Such payment shall be made under the ter ms and conditions governing fina l payment , except that it shall not constitute a waive r of Contract Claims. B. Partial Retainage Release. Fo r a Contract that provides fo r a separat e vegetative establishment and maintenance, and test and performance period s following the co mpletio n of all other constructio n in the Contract Docu ment s fo r all Work locations , the Cit y may release a portio n of the amount retained provided that all other wor k is co mpleted as determined by the City. Before the release, all submittals and final quantities must be co mpleted and accepted for all other work. An amount sufficient to ensur e Contract co mplianc e will be retained. 14.09 Waiver of Claims The acceptance of fina l payment will constitut e a re lease of the Cit y fro m all claims or liabilities under the Contract fo r anything done or furnished or relating to the work under the Contract Docu ment s or any act or neglect of Cit y related to or connected wit h the Contract. ARTICLE 15 – SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, Cit y may suspend the Work or any portio n thereo f by written notic e to Contractor and whic h may fix the dat e on whic h Work will be resumed. Contractor shall resume the Work on the dat e so fixed. During temporary suspension of the Work covered by these Contract Documents, fo r any reason, the Cit y will make no extr a payment for stand-by time o f constructio n equipment and/or constructio n crews. B. Should the Contracto r no t be able to co mplet e a portio n of the Project due to causes beyond the contro l of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and Cit y that a solutio n to allo w constructio n to proceed is not available within a reasonable perio d 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 fo r an indefinit e period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily no r beco me damaged in any way, and he shall take every precaution to prevent damage or deterioratio n of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed fo r the cost of moving his equipment off the jo b and returning the necessary equipment to the jo b when it is determined by the Cit y that constructio n may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no pro fit will be allowed. Reimbursement may not be allowed if the equipment is moved to another constructio n project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following event s by way of example, but no t of limitation, may justif y ter minatio n fo r cause: 1. Contractor’s persistent failur e to perform the Work in accordance wit h the Contract Document s (including, but no t limited to, failure to supply sufficient skilled workers or suitable materials or equipment , failur e to adhere to the Project Schedule established under Paragraph 2.07 as adjusted fro m time to time pursuant to Paragraph 6.04, or failur e 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 authorit y of City; or 4. Contractor’s violatio n in any substantial way of any provisions of the Contract Documents; or 5. Contractor’s failur e to pro mptly make good any defect in materials or work manship, or defects of any nature, the correctio n of whic h has been directed in writing by the City; or 6. Substantial indicatio n that the Contracto r has made an unauthorized assignment of the Contract or any funds due therefro m fo r the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor co mmences lega l action in a court of co mpetent jurisdictio n against the City. B. If one or more of the event s identified in Paragraph 15.02A. occur, Cit y will provide written notice to Contractor and Suret y to arrange a conference wit h Contractor and Suret y to address Contractor's failur e to perfor m the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Suret y do no t agree to allo w the Contractor to proceed to perform the constructio n Contract , the Cit y may, to the extent permitted by Laws and Regulations , declare a Contractor default and formally ter minat e the Contractor 's right to co mplet e the Contract . Contractor default shall no t be declared earlier than 20 days after the Contracto r and Suret y have received notic e of conference to address Contractor's failur e to perfor m the Work. 2. If Contractor's services are terminated, Suret y shall be obligated to take over and perform the Work. If Suret y does no t co mmence performance thereo f within 15 consecutive calendar days after dat e of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or actio n at law, may take over any portio n of the Work and co mplet e it as described below. a. If Cit y completes the Work, Cit y may exclude Contractor and Suret y fro m the sit e and take possession of the Work, and all materials and equipment incorporated int o the Work stored at the Sit e or for whic h Cit y has paid Contractor or Suret y but whic h are stored elsewhere, and finis h the Work as Cit y may deem expedient. 3. Whether Cit y or Suret y completes the Work, Contractor shall no t 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 Cit y arising out of or resulting from co mpleting the Work, such excess will be paid t o Contractor. If such clai ms, costs, losses and damages exceed such unpaid balance, Contracto r shall pay the difference to City. Such claims, costs, losses and damages incurr ed by Cit y will be incorporated in a Change Order, provided that when exercising any right s or remedies under this Paragraph, Cit y shall not be required to obtain the lowest price fo r the Work performed. 4. Neithe r City, no r any of it s respective consult ants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Suret y fo r the metho d by which the co mpletio n of the said Work, or any portion thereof, may be accomplished or fo r the price paid therefor. 5. City, notwithstanding the metho d used in completing the Contract , shall not forfeit the right to recover damages fro m Contractor or Suret y for Contractor's failure to timely co mplet e the entir e Contract . Contractor shall no t be entitled to any claim on account of the metho d used by Cit y in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided fo r in the bond requirement s of the Contract Document s or any special guarantees provided fo r under the Contract Document s or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor’s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminat e to correct it s failur e to perform and proceeds diligently to cur e such failur e within no more than 30 days of receipt of said notice. D. Wher e Contractor’s service s have bee n so ter minated by City, the terminatio n will not affect any right s or remedie s of Cit y against Contractor t hen existing or whic h may thereafter accrue. Any retentio n or payment of moneys due Contractor by Cit y will not release Contractor from liability. E. If and to the extent that Contractor has provided a perfor mance bond under the provisions of Paragrap h 5.02, the terminatio n procedures of that bond shall not supersed e the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. Cit y may, without cause and without prejudice to any other right or remedy of City, terminat e the Contract. Any terminatio n shall be effected by mailing a notice of the terminatio n to the Contractor specifying the extent to whic h performance of Work under the contract is terminated, and the dat e upo n whic h such terminatio n beco mes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Servic e Mail by the City. Further, it shall be deemed conclusively presumed and established that such ter minatio n is made wit h just cause as therein stated; and no proo f in any claim, demand or suit shall be required of the Cit y 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 wor k under the Contract on the date and to the extent specified in the notice of ter mination; 2. plac e no further orders or subcontract s fo r materials, services or facilities except as may be necessary fo r co mpletio n of such portio n of the Work under the Contract as is no t ter minated; 3. ter minat e all order s and subcontract s to the extent that the y relat e to the per formance of the Work ter minated by notic e of ter mination; 4. transfe r title to the Cit y and deliver in the manner , at the times, and to the extent , if any, directe d by the City: a. the fabricated or unfabricated parts, Work in progress, co mplete d Work, supplies and othe r materia l produced as a part of, or acquire d in connectio n wit h the performance of, the Work terminated by the notic e of the ter mination; and b. the co mpleted, or partially completed plans, drawings, infor matio n and other property which, if the Contract had been co mpleted, would have been required to be furnished to the City. 5. co mplet e performance of such Work as shall no t have been terminated by the notice of ter mination; and 6. take such actio n as may be necessary, or as the Cit y may direct , for the protectio n and preservation of the property related to it s contract whic h is in the possession of the Contractor and in whic h the owner has or may acquire the rest. C. At a time not later than 30 days after the terminatio n dat e specified in the notice of termination, the Contractor may submit to the Cit y a list , certifie d as to quantit y and quality, of any or all ite ms of terminatio n inventory not previously disposed of, exclusive of items the dispositio n of whic h has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the Cit y shall accept title to such items provided, that the list submitted shall be subject to verificatio n by the Cit y upo n removal of the items or, if the ite ms are stored, within 45 days fro m the dat e of submissio n of the list , and any necessary adjust ments to correct the list as submitted, shall be made prior to final settle ment. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the Cit y in the form and wit h the certification prescribed by the City. Unles s an extensio n is made in writing within such 60 day perio d 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 fo r (without duplicatio n of any items): 1. co mpleted and acceptable Work executed in accordance wit h the Contract Document s prior to the effective dat e of termination, including fair and reasonable sums fo r overhead and profit on such Work; 2. expenses sustained prio r to the effective date of terminatio n in performing services and furnishing labor , materials , or equip ment as required by the Contract Docu ment s in connection wit h unco mpleted Work, plus fair and reasonable sums fo r overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failur e of the Contracto r and Cit y to agree upo n the whole amount to be paid to the Contractor by reason of the terminatio n of the Work, the Cit y shall determine, on the basis of infor matio n available to it , the amount , if any, due to the Contractor by reason of the ter minatio n and shall pay to the Contractor the amount s determined. Contractor shall not be paid on account of loss of anticipated profit s or revenue or other econo mic loss arising out of or resulting fro m such termination. ARTICLE 16 – DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either Cit y or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 befor e such decisio n becomes final and binding. The request for mediatio n shall be submitted to the other part y to the Contract . Timely submissio n of the request shall stay the effect of Paragraph 10.06.E. B. Cit y and Contracto r shall participat e in the mediatio n process in good faith. The process shall be co mmenced within 60 days of filing of the request. C. If the Contract Claim is no t resolve d by mediation, City’s action under Paragraph 10.06.C or a denia l pursuant to Paragraphs 10.06.C.3 or 10.06.D shall beco me fina l and binding 30 days after ter minatio n of the mediatio n unless, within that time period, Cit y or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolutio n process provided for in the Supplementar y Conditions ; or 2. agrees wit h the other part y to sub mit the Contract Claim to another dispute resolution process; or 3. give s writte n notic e to the other part y of the intent to submit the Contract Claim to a court of co mpetent jurisdiction. ARTICLE 17 – MISCELLANEOUS 17.01 Giving Notice A. Whenever any provisio n of the Contract Document s requires the giving of written notice, it will be deemed to have been validly give n if: 1. delivered in perso n to the individual or to a member of the fir m or to an officer of the corporatio n fo r who m it is intended; or 2. delivered at or sent by registered or certified mail, postag e prepaid, to the las t business address known to the give r of the notice. B. Business address changes must be pro mptly made in writing to the other party. C. Whenever the Contract Document s specifies giving notice by electronic means such electronic notice shall be deemed sufficient upo n confir matio n of receipt by the receiving party. 17.02 Computation of Times When any perio d of time is referred to in the Contract Document s by days, it will be computed to exclud e the firs t and includ e the las t day of suc h period. If the las t day of any such perio d falls on a Saturday or Sunday or on a day made a lega l holida y the next Working Day shall beco me the last da y of the period. 17.03 Cumulative Remedies The dutie s and obligations imposed by these General Conditions and the right s and remedies available hereunder to the partie s heret o ar e in additio n to, and are no t to be construed in any way as a limitatio n of, any right s and remedie s available to any or all of them whic h are otherwise imposed or available by Laws or Regulations, by specia l 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 Document s in connectio n wit h each particular duty, obligation, right , and remedy to whic h they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: 3/08/2024 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, inde mnifications, warranties, and guarantees made in, required by, or give n in accordance wit h the Contract Docu ments, as well as all continuing obligations indicated in the Contract Docu ments, will survive fina l payment , co mpletion, and acceptance of the Work or ter minatio n or co mpletio n of the Contract or terminatio n of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted fo r convenience only and do not constitute part s of these General Conditions.