Loading...
HomeMy WebLinkAboutContract 40679D.O.E. F LF CONTRA. OR~ FORT WORTH CITY SECRETARY LJO i.R~q_ CONTRACT NO. . l' ~ CONSTRUCTICJN'S COPY CLIENT DEP PT ~NT SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CLEARFORK MAIN STREET BRIDGE CITY PROJECT No. 00107 INTERNAL No. 5950 Michael J. Moncrief Mayor TPW No. C221-541200-30323 00107 83 C295-541200-30323 00107 83 FEBRUARY 2010 William A. Verkest, P.E. Dale A. Fisseler, P. E. City Manager Director, Transportation and Public Works Department S . Frank Crumb, P .E. Director, Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth FREESE AND NICHOLS, INC TBPE REG #F -2144 OFFICIAL RECORD CITY SECRETARY 08 -11 -1 0 A A¥0RTH, TX M&C Review Page 1 of 2 Official site of the Ci ty of Fort Worth, Texas CITY COUNCIL AGENDA FORT WORTH ~ COUNCIL ACTION: Approved on 7/13/2010 DATE: 71131201 O REFERENCE NO.: C-24320 LOG NAME: 02CLEARFORKBRIDGE CODE: C TYPE: NON-PUBLIC CONSENT HEARING: NO SUBJECT: Authorize a Contract in the Amount of $9,711,910 .92 with Concho Construction Company, Inc., for a Bridge Crossing the Clear Fork of the Trinity River in the Vicinity of South Hulen Street and Stonegate Boulevard (COUNCIL DISTRICT 3) RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a contract with Concho Construction Company, Inc., in the amount of $9,711,910.92 for a Bridge Crossing the Clear Fork of the Trinity River in the Vicinity of South Hulen Street and Stonegate Boulevard . DISCUSSION: The 2004 Capital Improvement Program included funds for the City of Fort Worth's obligations for the Southwest Parkway project. These obligations included right of way , arterial connections, and corridor wide project enhancements. As part of the City's acquisition of 186 acres needed for the Southwest Parkway project, the City Council authorized an Infrastructure Development Agreement with Edwards Geren Limited, City Secretary Contract No. 31709 approved on December 7, 2004, (M&C C-20437, as amended on April 26, 2005 , M&C C-20685). This agreement requires the City to fund and construct two arterial roadways (Arborlawn Drive and Edwards Ranch Road/Clearfork Main Street) and associated water, sewer and drainage improvements between Bryant Irvin Road and Hulen Drive. These arterial roadways will have interchange connections with the proposed Southwest Parkway Project. This construction project consists of a four lane divided vehicular bridge with a pedestrian bridge below the vehicular bridge . The project also includes pavement and drainage improvements off the bridge to connect to Hulen Drive and Phase Ill of Edwards Ranch Road which is currently under construction . The project was advertised for bid on March 4 , 2010 and March 11, 201 O in the Fort Worth Star- Telegram. On April 29 , 2010, the following bids were received: Bidders Concho Construction Company, Inc. Austin Bridge and Road, LP McCarthy Building Companies, Inc. Texas Sterling Company Johnson Bros., LLC AUi Contractors , LLC Earth Builders, LP Bid Amount $9,711,910.92 $10 ,621,057 .75 $10,910 ,198.66 $11,356,819.34 $11,450,390.00 $11 ,925,166 .47 $12,827,628 .00 Time of Completion 500 Calendar Days http://apps.cfwnet.org/council packet/me review.aso?1D=1359R&c01mc.iln::itP.=7 /11 no 1 o 7 /')Q /')(\ 1 0 M&C Kev1ew Page 2 of2 Funding in the amount of $120,000 .00 is included for associated construction survey, material testing, inspection and project close out. The contingency funds to cover change orders total $291,357 .00 . Concho Construction Company, Inc., is in compliance with the City's M/WBE Ordinance by committing to 23 percent M/WBE participation . The City's goal on th is project is 23 percent. This project is located in COUNCIL DISTRICT 3, Mapsco 75T and 75U . FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that funds are available in the current capital budget, as appropriated, of the SH121T Southwest Parkway Fund. TO Fund/Account/Centers Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS 02CLEARFORKBRIDGE.pdf FROM Fund/Account/Centers .3)_ C221 541200 303230010783 $9·711 ·910 ·92 Fernando Costa (6122) Randle Harwood (6101) Bryan Beck (7909) http://apps .cfwnet.org/council packet/me review.asn?TD= 11SC)R&c.rnmc.i1,fatP=7111 rm 1 n 7 /'HI.!')() 1 () CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 CLEARFORK MAIN STREET BRIDGE (PAVING, DRAINAGE, AND BRIDGE IMPROVEMENTS) City Project No. 00107 TPW Project No. C295-541200-303230010783 C221-541200-303230010783 RELEASE DA TE: March 22, 2010 (REVISED) BID RECEIPT DATE: 1:30 PM, April 29, 2010 INFORMATION TO BIDDERS: 1. The bid receipt date has been revised to 1:30 PM, April 29, 2010. Trus addendum forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the Proposal, and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to be rejected as being non-responsive. Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: William A. Verkest, P .E. 6:?D -DIRECTOR C /1 '2. ;r-TRANSPORT AT N AND PUBLIC WORKS DEPARTMENT ~ LA.l'b~.;c-~ ~-~ By: _____ ...,._ ______ _ Leon Wilson; Jr., P .E. Transportation and Public Works Department City of Fort Worth """!Kt._ WILSON Project 00107 -CLEARFORK MAIN STREET BRIDGE Unit/Section: PAVING C295 303230010783 ,.. .. ___ ,_,cnv-111.,-.~---bld-. -Clly "Nlfo<t I ~---v-~- Bid Items UneNumber 1 2 3 4 5 a 7 I I 10 11 12 13 14 15 ta 17 11 11 20 21 22 23 24 25 211 27 28 21 30 31 32 33 34 35 38 37 38 31 40 41 42 43 44 45 48 47 48 ~11 4/20/2010 107 CftMS RKdd Number ~ ~ -57 BD-00457 B 73 III0-001S3 III0-00127 "~1203 ld\.N\121 BID-00121 III0-00841 IIIO-OOl47 Btl).00414 BD-00472 8000543 BID-IXJIW,] '""·"'205 810-00 .. 3 llll).004805 --III0-00147 -21 BID--00404 -.-5 III0-00527 III0-00843 III0-01227 III0-01227 III0-01227 ~ e~12a ~~35 810-00506 810-00121 80.00181 80.00177 III0-01207 810,-00421 -IIID-00504 -184 BI0-01108 80.00381 80-012211 BID--012211 810-012211 8!0-01109 810.001 75 Mmttal SIMooCS SIMooCS SIMooCS SIMooCS SIMooCS SIMooCS SIMooCS Olhor Olhor SIMooCS SIMooCS SIMooCS s..-.:s Sol Sol ·-Sol Uno Uno Sol Concnll Coner ... -Other c- c- Concnlo Concnll ·----°"* SIMooCS ~s Cancf ... COl!Cf ... Uno -v--PVC - C -PVC -yourbldlo-,Hftond.-. Prinlond-t.nla>1>Yoftllo-..,. You ffWY' now ........ He bid Unit of -.. _ w•-Remow --•Foot Pawmenl-Pwer On ~ e ...... Remow Foot P---R--Yard P---Rernoo,e 1-~ -·-·" s Y•d S.NI -R..,.,.. ·-TrH -Remove Eoc:11 F.,.-Remowe c~ -~ .. ~ .. , 1.-.Foot -P8¥9fMnl -RemoY9 --Y•d -·-,--"* -, ___ ST TOP OF SIGNAL BOX Eoc:11 -Serwtcet IAl..1.11.JST MANHOLE (SANITARY)) Eoc:11 v-eo.----·---.-, Eoc:11 -R ~-p S.NI•---R...,... Cd>lcY•d ,,.. ___ ,~ FIN&I IOROC TYCu Cd>lc Y•d l'I r,w--Off-FINAi. ORD COMP){ TY cu QM:Y•d -SE K-Wll-ntll( TXDOT SPEC 423-2001ll --•Foot l'IM ow-hlbll S.. "C l'IForL .... , Cd>lc Yard lnclH.Jmo---s~1Y•d ....._ for Stablb:lllon-lnatel R tlS '"n-a rtO . ,US:: (SLuNNTm Tor, T --Cd>lc Yard Pll\'effllflt,,NO.....c.ment--1Lu,,a_;...-VM "(101} --•Ylrd .--Inch -lnltal ttcOHC, 4000 DIii at T ,_, --•Foot -one-.. 8---(BRICK PAVERS)-. Clly91one, SdNgol T•-•--'-'"' ---,oot WII< --(CONC SIOEWAU<S 11,1 •Foot C..t,.71ncih --U-Foot Wll<-NJA --0 Eoc:11 Wll<-NJA-R---ITYPE Bl Eoc:11 Wll<-NJA-R -lnllal l TYPE K Eech Ouo<chl --!RAIi. <TY T411ll U-Foot F~hllnL)II<--Lnl• Foot Wll<-tt.ool --Foot ______ .,.... Eoc:11 ~ Time & M ...... -tr.tall flnltal rllfflOV8ble ,.,... bolerdl Def EA) Eoc:11 Tmllc~--,,_SUm &H~:wnmm-lnltll SUm Conalte 8lock -Ntal ~Foot P--~--CONC ,,,_ s,uwe Yard ~oe-o ~· SfMlllfZeo-,u, ~-.y -111911'11 (LIMC I r'\I (CJ\ ... , Ml"\I L / 11:q ror ~· -"'"-Yn --Eoc:11 TrN Protec:lon P• R --,-&um ConcUl-3 --...-... Metal -lnltal ff xOOT 11 U-Foot Con<Ml-llncih--U-FOOI c----~, 1.-.FOOI c ____ ,.1c- 1.-.F ... c---n,e~, U>HrFoot ConcUt-2 ~ Metal -tn.W Ule•FOOI Condut-2 Inch-Sch 40 -'"'1ol Lileer Foot YourUnlt ~ Price Your Bid 2135.00 t.ou D.135.00 Je00.00 1.00 S3 800.00 2800.00 .ISO s1a ?fVl,oo 4 .00 .00 1200.00 3.00 g .00 •t 800.00 103.00 !17 .715 .00 720.00 50 It I00.00 ao .oo .00 S2 340.00 3.00 71.00 $225.00 1.00 St 000.00 St 000.00 2.00 •350.00 •700.00 1.00 $300.00 $300.00 1.00 .. "" 000.00 ·~000.00 1 50.00 S10 500.00 23000.00 1 .00 1207 ,000.00 8000.00 113.00 $78 000.00 27tOO .D0 .... •• 340,837.00 •700.00 17.00 791100 .00 11000.00 '3.00 $33,000.00 209.00 •140.00 ·=-.oo 1500.00 $17 .00 125 500.00 1520.00 $31.50 S318 .o20.00 2310.00 S5.80 $13 319.00 4180.0G ia.M ""512.00 41000.00 13.80 $147 800.00 3975.00 li1 .00 3175.00 2.00 •t 000.00 2,000.00 5.00 H00.00 '4.500.00 1.00 li1 I00.00 1 800.00 2082.00 ~·12 .143.04 350.00 u .oo 1 750.00 187.00 S1:l9 .00 1 •75.00 11 .00 uso .oo 3 850.00 1.00 12.818.29 I O 130.08 1.00 •1112,.00 11125.00 1.00 S17,N!I.OO 17.BB!S.00 38000 .00 u.29 $217 380.00 400.00 $45.00 $11,000.00 480.0G n.oa $4140.00 1.00 &200.00 S200.00 1.00 SU25.00 $5825.00 2030.00 128.00 $58,840.00 2130.00 $18.00 S!K>.M0.00 12310.00 s1 .oo $12 310.00 800.00 11.20 $720.00 200.00 •t.20 1240.00 1280.00 l20.00 125,200.00 2010.00 $5.00 S10.050.00 41 -·229 C ---c--.1 LlnNr Foot 12300.00 •t .30 $1!!. DDn .00 50 B~ -Jahl-<:_F_T_3 5 8 &II--Eodl 8.00 St 000 .00 18.000.00 !1 BID--01115 --E .. ctrtc.l Grou,d Box wfltl Ud .:t Aoron -lMDt -ht9II Eoeh 8.00 $800.00 $6,400.00 52 -70 -,..,-..--ca..-,.101nt,o--1 Eodl 9 .00 '9,000.00 $39,000.00 E--Ind Reloy • -(TxOOT TY C Ped. M .... NrY ponel wll> gmd md and 83 II0-003N ----l l!odl 1.00 ST 500.00 17 500.00 55 BID-00121 ()t,or -Time& -nllll Concrete Seat W• Mr LF Eodl M ,00 P1.30 18.821.20 !WI B!D-00535 ·-w•-Hanchl -lnltal (Seit Wei "'-1 LlnNr Foot 83 .00 1109.24 18.817.12 57 Bll>-00121 ()t,or -·-&M...,_-.-..n-~Dll'~I •adl a,02.00 S1 ,B1 12-.78 !WI Bl040121 ()t,or -&---Coklnnl 1_, Ptr EAi Eadl 20.00 .17,0,20 115 804.00 51 BI040t21 ()t,or -Tlmo&-·-CD•oon11"'1C-•~•-EAl Eadl 24.00 1790.20 11811114.80 eo BJ0.00539 Canor ... w•---lnltalfC --Foot 300.00 534 ... 3 $10 321.00 81 BI0-00121 ()t,or _nmo,---L.f'\ Eadl 80.00 1123.12 11849.90 82 BID-00121 ()t,or -Time&-· -IP-Plaza R-w• PorLFJ E•ch '52.00 $112.14 181 901.28 Powmont • -(2" HMAC wll>8" Fln-l>oN Pe<Clly Oo!ol STR-030.1--Ill 13 -30 ----v .... 570 .0D 17.llei $21 OI0.00 84 BID-00121 ()t,or ---Sit Eadl 1.00 •1 7 .00 S1 780.00 e5 BI0-00121 ()t,or _nmo,---4" --,= Eodl 1470.00 7.00 110""".00 M lll0-Cl0121 ()t,or -,_, Mltefw.---.a ,r-11eewe '* LF1 Eadl 735.00 ·"" s, 307 .50 87 BID-00121 ()t,or -& MaterWI -lnlbl e:~ cok,red end textwed coroete Der SY Eodl 400.00 .00 22 400.00 98 BID-00411 c-R-WII -lnml S.. ShNt: 81 ~Y•d 8.00 ., 11.12 3090.n 81 BID-00427 eanor ... ---14"Hcttl -Foot 1490.00 .50 19.570.00 70 IIIUIJ-U.1124 s.n.tceeS -·SoMcosPor ,,_Sum 1.00 SM2,400.00 SI 2,400.00 71 BID-00121 01ller Mlscelaneoua Time & Materiall -lnttal (HSll off excet1 mltetillt ftom ttocn.a Ille cvn Eodl 10000.00 S7 .00 170 000.00 Total Bid This Unit $4 ,307 ,M0.12 City of Fort Worth '""""'"-WUON Project 00107-CLEARFORK MAIN STREET BRIDGE Unit/Section: DRAINAGE C295 303230010783 -Clly-0 t--- Bid Items UneNumber 2 3 10 11 12 13 14 u ,. ~11 4/20/2010 107 CPMS Reootd Numller ....,,v, 70 I ' 1 ot2 l(),00104 103 111 108 I 115 1J5 Mllterlal -a ~s ~s ~ c- "-c-c- c- °"" ~ c-c-... c ....... C....ltl V __ , , .... .,_--,...,c,wv-11.,-~---llld-. --bid Is.,.,.,,,,_, .... ...i c-. Print ...i sullmN hon! -oltllo bldform. v ... ...,._..-tllflbld -on -RtfflOlle fO' --Aernowt!4"-1 edwlf-RlfflOYI ,xC<Mt,7F1xtl'l-5 D '"1Xlll"1- • C -·-·--·--·-·-··" 1 LNl-lnlllltRCPIPEI -..-NI -IMtal --F1-1n1111r2x2 rnn.> 1na14fl----1(4ftx4ft) 10F1• 10R·----- Unltof ·-·-,_. OOI ~ -''-• OOI -OOI ,_ anl C4elo anl -OOI -OOI Ctacl Y•d -Elldl Elldl y ... 134 v-----•Yara 11 PVC --·---·--Lrie• f'OOI " 100 w--> Thant Ac - 20 113 c ....... ',1--Elldl Zl Foot -Foot 23 121 °"" --,& •lnltolP ... J'l 24 10-00082 Coner ... --24fnch..CLlll-tntt.l U.ar FOOi Otaitltv 1.00 2ll.OO 1.00 f I.DD .... DD 2.00 30.oo 881 .00 4 .co 4 .00 1.00 1.00 2.00 4.00 >00 000,00 12300.oo 24.00 1.00 1.00 233,00 211.00 Ill.CO Total Bid Thia Unit Your Unit Price Your Bid ·'"' ,.oo stD,00 12 ,.co ·1000.00 •1 .00 ,DO ~-.00 .oo 1154 7 .00 •1 ' ., .00 18 .00 31 .00 3 to.DO 00.00 1 .00 1 500.00 1 eoo.oo 1-.00 -.oo 000.00 -. 000.oo 000. 000.00 12, 1200.00 .. 3.00 ll30, 20.00 ••• COO.DO 110 000.00 M,UUU.W 14.000.00 •t.oo •233.00 .... DD •1 480.00 185.00 18 435.00 S317 ,t18.00 City of Fort Worth ,.,..... .._., WUON Project 00107 -CLEAR FORK MAIN STREET BRIDGE Unit/Section: 8RIOO! C221 303230010783 --= ,. .. ______ .,,_~---.... -· -"20/2010 __ ....... _,,,,...-.... -.--·---ol ... bldlorm. Cllyl'n,joett 107 ., ____ ......... Bid Items Un11 t1f Your Unit UntNumber c,M9 IIMont NIIIIINI' ...... MINUl'I -Price YourBldj . :.111; ,_M I . _,_ . 11111..11.JI-DOI .. ,c •• l .00 t -... . : ... . r11 : .. .:18 . I 04 _ .... : • 13 .-· . .. . .. ---111JVll n -DOI NI . 111 DOI • 7 390.118 1 ..-cs ~IIIC~ "~ -;a..--...i111 --·-.oo . ·• 001n 00 . ,_ ~ ,70 1 . ,--., (TY T•t 1, ,. • -.-. ... , IIOO : I Zl,DD ,00 1 ID-0 1209 Servl<:eC S r -T•moor1r-t nnrnn .. _-, f(TXL.JLI 1 40).200 • •137 ,00 1 . ~.00 Total Bid Thl9 Unit IU'I0,112.SS City of Fort Worth ,.... ._ Wit.SON Project 00107 -CLEARFORK MAIN STREET BRIDGE Unws.ctton: PEDESTRIAN BRIDGE C221 303230010783 -Cllyl'Nljoetf f--- Bid Items LIMNumber 1 2 3 4 5 I 7 ' I 0000022211 4/20/2010 107 CPMS Reconl Number --~1200 811).()1210 BI0.()1218 BI0.()1223 BI0.()1223 811).()1221 BI0.00121 l!lt0.o1223 810-01 220 Mal9ftal ~s c ........ c ........ ---Otho< -SIN! Fllln.-,--,_,c,w-111,,_,~---llld-. _..,..,bldi._,,,.., .... lndcloN.,-..i...-hordco,,yoflho-...,. ---241Nl :41 C.. CC---lrTllOOT -,4~ .. 311 -c-11eS111>--rr llOOT : 422•2001H --11 S---ISTR STL /ROI.LED B -• rTllOOT -: 442·200111 ---Srf<STL MISCE OUSll llOOT : 442·2 -o1 --••-PEDESTRIAN•-, rTXDOT 450-20441 -Tlmo & ---/FIXED BOU.ARDS rTXD0T 59C)8.2001 "''" Brtdge-Slucuel Slee!-lnslel (S Tf< STL (MISC) 1·114' HANGEf< ROD (SPL) PER LB (TXOOT 442-200511 Br Be-Pod--IELASTOMERIC ••••. ISPll rTXOOT 434-202411 Unit t1f ·-Quantity LN•Foot eo .oo ~Yord 2'.00 Foot 8331.00 Ton 53.70 Ton 3.IO U'ln< Foot 198.00 EICh 2.00 Tm 2.10 EICh 26 .00 Total Bid This Unit Your Unit Price Your Bid .,.,M 18.122.40 ION .II •17 472.00 117.33 1109 837 .54 H,973. I $304 H0.11 S5 873.78 122121.ee 1103.39 a1DO 0,2.48 '375.00 $750 .00 111.210.75 138.242.91 1323.35 SB 407 .10 SII07 .112.17 ADDENDUM NO 2. CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CLEARFORK MAIN STREET BRIDGE PAVING, DRAINAGE, AND BRIDGE IMPROVEMENTS City Project No. 00107 TPW Project No. C295-541200-303230010783 C221-541200-303230010783 Addendum No. 2. Issue Date: April 20, 2010 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this Addendum by signing in the space provided below and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid . 1-BID PROPOSAL A. The Bid Proposal shall be deleted in its entirety and replaced with the enclosed revised Bid Proposal. B. Instructions in the bid proposal. Fill in green cells with your CFW Vendor ID, your Company name and your bid amounts. When your bid is complete, save and close. Print and submit hard copy of the bidform. C . Paving Bid Item 001 (Walk-Remove). The quantity has been revised to 2135 SF. D. Paving Bid Item 005 BID-00399 is replaced with BID00973. The existing lights to be removed will be salvaged and returned to the City of Fort Worth. Quantity revised to 3. E. Paving Bid Item 007 (Fence-Remove). The quantity has been revised to 720 LF. F. Paving Bid Item 011 (Manhole Adjustment). The unit price is set at $350/EA. G. Paving Bid Item 012 (Valve Box-Adjustment). The unit price is set at $300/EA. H. Paving Bid Item 013 (Utility adjustment -repair). The lump sum unit price is set at $50,000. I. Paving Bid Item 021 (Topsoil). The unit price is set at $17/CY. J. Paving Bid Item 024 (Brick pavers). The quantity has been revised to 4960 SF. Pavestone, City Stone IV, Schlegal Tan Blend or approved equal. K. Paving Bid Item 031 (Fence-Chain Link). The quantity has been revised to 350 LF. L. Paving Bid Line Item 32 (Walk Handrail). See Sheets 50 and 61 for location of walk handrail. The quantity has been revised to 167 LF. M. Paving Bid Item 040 (Sign-Project Designation). The unit price is set at $200/EA. N. Paving Bid Item 052 . Remove description "item purchased from City." See Section 5.10 in the spec book for more detail on this item. 0 . Paving Bid Item 054 (BID-00973) -Removed. Addendum No. 2, Page 1 ADDENDUM NO 2. P. Paving Bid Item 057 (Limestone screening). The quantity has been revised to 6702 SF . Q . Paving Bid Item 63: The description has been changed to "2" HMAC with 6" Flex-base per City Detail STR-030. Includes flowable fill material" The quantity has been revised to 570 SY . Excavation and backfill are subsidiary to this item . Detail STR-030 is included in the addendum . R. Paving . The following bid items and quantities for irrigation sleeves have been added: a. Bid Item 065 (BID-00121 per LF -4" irrigation sleeves -1470 LF). b. Bid Item 066 (BID-00121 per LF -2" irrigations sleeves -735 LF). S . Paving . Add Bid Item 067 (6" colored and textured concrete per SY= 400 SY). T . Paving. Add Bid Item 068 (BID-00411: Retaining Wall -Install) This quantity is for the CIP retaining wall shown on Sheet 61 and detailed on Sheet 65 . The quantity is 6 CY. U. Paving. Add Bid Item 069 (81000427-Median -Install 4" thick-1460 SF). V . Paving . Add Bid Item 070 (BID-00124-Mobilization. Per TxDOT spec 500). W. Paving. Add Bid Item 071 (BID-00121) Haul off excess material from existing stockpile site (CY) -10,000 CY X . Drainage Bid Item 007 . Replace "PW" with "SW". Y. Drainage Bid Item 008 (21 INCH RC Pipe). The quantity has been revised to 651 LF. Z. Drainage Bid Item 010 (Riprap-lnstall): The quantity has been rev ised to 4 CY. AA. Drainage Bid Item 016 (2" Seed Injected Blanket). The quantity has been revised to 500 SY. BB . Drainage Bid Item 017 (BID-00133 Broadcast Seeding) has been modified to 81000134 Grass- Hydromulch seeding-Install . The quantity has been revised to 12,300 SY. CC .Drainage Bid Item 021 (B id-00101 Unclassified trench excavation and backfill). Remove . DD .Drainage . BID items for 12" and 24" RCP have been added a. Line Item 023 (BID-000121 : Pipe-12 Inch-CL Ill-Install per LF = 29 LF) b. Line Item 024 (BID-00082: Pi pe-24 Inch-CL Ill-Install = 99 LF) EE. Bridge Line item 011 : (Bridge post tens ioning). The quan tity has been revised to 8693 kip-ft. FF . Pedestrian Bridge Bid Item 002 (Abutment Class C Concrete): The quantity has been rev ised to 25CY GG. Conduit and Traffic Signals . Bid Item 001 (810-00507). Remove . HH.Conduit and Traffic Signals . Bid Item 002 (BID-00516). Remove. II. Conduit and Traffic Signals. Bid Item 003 (BID-00517). Remove . JJ . Conduit and Traffic Signals . Bid Item 007 (BID-00375). Remove . KK. Conduit and Traffic Signals . Bid Item 008 (BID-01226 Cable-16 conductor #14 Stranded Cable). Remove and add quantity to Bid Item 009. LL. Conduit and Traffic Signals . Bid item numbers have been modified for the following items: Addendum No. 2, Page 2 (. ADDENDUM NO 2 . a. Line item 4 is now BID-01263 b. Line item 5 is now BID-01262. The quantity has been revised to 195 LF. c. Line item 9 is now BID-01261 . The quantity has been revised to 1185 LF . d. Line item 10 is now BID-01260 e. Line item 11 is now BID-01258 f . Line item 12 is now BID-01259 g. Line item 16 is now BID-01116 (Electrical Ground Box w ith Lid and Apron-Small- Install). The quantity has been revised to 1. h. Line item 25 is now BID-01066 (Signal-Pedestal Service -Install) MM. Conduit and Traffic Signals Bid Item 013 (Cable-Num 8 XHHW Black). The quantity has been revised to 510 LF . NN .Conduit and Traffic Signals B id Item 014 (Cable-Num 8 XHHW White). The quantity has been revised to 510 LF . 00. Conduit and Traffic Signals Bid Item 020 Replace BID-01238 with BID-01242 (Signal-60 Ft Mast Arm-item provided by City -Install). PP. Conduit and Traffic Si'gnals Bid Item 023 (BID-01057). Remove. QQ. Conduit and Traffic Signals Bid Item 024 (BID-01058). The quantity has been revised to 2. RR.Conduit and Traffic Signals Bid Item 32 (BID-01075). Remove . SS. Condu it and Traffic Signals Bid Item 033 (BID-01248). Remove. TT. Conduit and Traffic Signals Bid Item 034 (BID-01250). The quantity has been revised to 2. UU .Conduit and Traffic Signals Bid Proposal Line Items 36-38 are Franchise utility items 2-GENERAL CONDITIONS A. Replace all instances of "Director of the City Water Department" with "Director of the Transportation and Public Works Departmenr B. Remove Section C2 -2.1 C. Remove Section C2 -2.12(h) D. No Field office w ill be required . Remove Section C5-5 .6 E . Section C 1: Supplementary Conditions to part C-General Conditions. Remove Item C. J. SPECIAL PROVISIONS A. Remove Pay Item 47 (BID-00924) from the Special Provisions 4-SPECIAL SPECIFICATIONS A. A special spec for Hydromulch Seeding is included in the addendum. B. A special spec for the 2" seed injected blanket is included in the addendum . C. It is the responsibility of the contractor to remove and dispose of the trees . D. ACB Specification Addendum No. 2, Page 3 ADDENDUM N O 2. a. Section 87: Replace Class "40L" with "40" b. Section 88: Rename "Table 2" as "Table 3" and use the table below. Addendum No. 2, Page 4 ADDENDUM NO 2. TABLE 3. STANDARD SIZES OF ARMORFLEX® BLOCKS CLASS TYPE BLOCK WEIGHT BLOCK SIZE OPEN AREA % Lbs Lbs./Sq.ft Length Width Height inches inches inches 40 Open 62-71 35-40 17 .4 15 .5 4 .75 20 c. Section E: Rename "Table 3" as "Table 4" 5-PERMITS A. TRWD Criteria for Construction Within and Along the Limits of Existing Federal Flood Projection Projects is attached. B . U.S . Army Corps of Engineers Pamphlet No. 1150-2-1 is attached. 6-EASEMENTS A . The signed bridge easement is attached. 7-CLARIFICATIONS A. No pre-qualification documents are required prior to bid opening. B . Bridge-Bearing Pad-Install There are 8 bearing locations, 16 typical hanger support locations, and 2 non-typical hanger support locations (at the mid span of the bridge)-total= 26 support locations C. Hanger Rod . a. The rods are upset at each end. See Sheets 117 and 130. Dyson Corporation is one manufacturer that can be contacted for specifics o.n upset ends. The length of upset at the top is as required to engage the insert in the bottom of the beam plus the 3 inches shown . The length of upset at the bottom is 1 '3" as shown. b. The diameter of the rod below the upper taper is 1.25 inches. c . The rod to be threaded is that portion of the rod that is upset D. The shore towers do not need to be removed within 24 hours of receiving notification from the Tarrant Regional Water District or The City of Fort Worth. E. 81000069-Headwall install This item is for the installation of dissipating blocks. The blocks are detailed on Sheet 50. F. 810-00121-lnstall (Pedestrian Plaza Retaining Walls per LF) This item is for the retaining walls shown on Section 5 on Sheet 35. G. Str Stl (rolled beam) TxDOT spec 442-2001) Refers to all the wide flange, channels, angles, etc (structure shapes). H. Str Stl Miscellaneous TxDOT spec 442-2005 Refers to plates for connections. I. Sheet 89. It would be permissible to use mechanical couplers on Bars "J" between the Arch Beam and Column. Addendum No. 2, Page 5 ADDENDUM NO 2. J. The existing water and sanitary sewer lines must be protected during construction. K. Figure 4.8 in the scour report is an excerpt from the FHWA HEC-23 publication that gives guidance for the design of ACBs. That was used as a guideline to verify adequate protection of the piers against scour. That particular application recommends anchors at the leading edge of the piers but our design has a toe with concrete backfill. L. The levee is only the area shown dashed in the profile on Sheet 70, centered at station 278+00, and identified with the note "Extent of levee as defined by USACE." You will be able to bench into and add temporary fill on the banks of the river, but not bench into the levee . Crossing of the levee itself for accessing the site is addressed on Sheet 5. Limitations for work within the floodway are defined in the USACE Pamphlet SWFP 1150-2-1 and TRWD Pamphlet "Criteria for Construction Within and Along the Limits of Existing Federal Flood Protection Projects" which will be included in the addendum. M. The contractor may submit the entire specification book or only the required documentation for bidding purposes . In either case the Paving, Drainage, Bridge, Pedestrian Bridge and Conduit & Traffic Signal bid forms should be downloaded and completed in Excel. The following items must be submitted with the bid package: 8-SHEETS a. Appropriate Bid Security b. Paving, Drainage, Bridge, Pedestrian Bridge and Conduit & Traffic Signal Bid Forms c. Summary of Bid d. Proposal Cover and Signature Pages e. Vendor Compliance to State Law f. Addenda Index and Receipt g. CD containing bid forms (The submitted hard(paper) copy of the bid forms and bid summary page will be used for official bidding purposes). A. Sheets 13: In Note 2 replace "CONDUITS" WITH "IRRIGATION SLEEVES" B. Sheet 14: a. In Note 3 replace "CONDUITS" WITH "IRRIGATION SLEEVES" b. On the south side of Clearfork Main Street, begin T411 rail taper at STA 282+05 .88, 51.4' RT. This stationing is at the edge of the wall closest to the road. For changes to the length of wall 4 , see Figure 5 of the Addendum. The stationing shown at the end of wall 4 on this sheet is along the control line . C. Sheet 16: Section A-A, concrete median pavement is 4" thick and 4 ,000 psi strength. D. Sheet 35A: Remove Sections 1 and 4. E. Actual MSE wall panel and cast-in-place concrete joint dimensions equal those shown on the Mock-Up Details Sheet 35A. At the corner panel detail on Sheet 42, the horizontal length of the return panel is 3 feet. F. Sheet41: a. Modified East MSE Wall 4. Retaining wall ends at Station 282+05.71 , 52.91' RT. Please see Figure 5 for more information regarding Wall 4 and the grading at the end of the wall. b. Install 10' curb inlet at paving Sta . 282+07 .60 as shown on Figure 5. G. Sheet 42: a. Remove note 4 b. The panel dimensions are 6'W x 2.5'H Addendum No. 2, Page 6 ADDENDUM NO 2. H. Drainage Bid Item 10 BID-00092 "Riprap-lnstall" This is to be 4" thick 2000 psi concrete riprap with welded wire reinforcement 6X6- W2 .9xW2.9. This is based off the TxDOT detail, CRR, for concrete riprap RR9. See Sheet 58 for location . See Figure 1 for more detail. I. Sheet 61 : Install hand rail (BID-00535) on retaining wall beginning at Sta. 278+85.31 , 57.37' RT. End hand rail at Sta. 279+22 .38 , 57.39 ' RT. J . Sheet 64: Replace "Grass Sod Area• with "Hydromulch Seeding Area". K. Sheet 65: The thickness for the wall stem should be 7", with 3 .5" clear cover between front face of wall to the vertical bar L. Transverse Rebar in the footing should be #6@ 9". L. Sheet 66: The cast-in-place concrete is subsidiary to the articulating concrete blocks M. Sheet 7 4: Shoring tower is allowed on only one end of a segment outside of the channel. Any "temporary shoring support" or "temporary support" within the same segment represents strongback. A strongback is a term used for temporary support designed by the contractor to support the drop-in beams during construction . N. Sheet 74: Stage 9-Replace "class H concrete" with "non-shrink grour 0 . Sheet 123: Add note 7 A "Leave a 1.5" wide ungalvanized strip at the top of beam flanges which are to receive shear studs. Center strip on beam centerline. Length of strip shall match placement length of studs plus 1.5" at each end. Any portion of beam not protected by direct contact with fresh concrete or hot-dip galvanizing shall be repaired with zinc solder." P. Sheet 124: a. Modify Note 1 to read: Shear studs shall be field installed. Do not install shear studs through form deck or galvan ized surfaces. Stud weld to beams. All shear studs shall be field inspected to show a 360 degree flash and shall rece ive a light blow from a 5 lb hammer. All studs shall em it a ri ng ing sound when h it. Any stud not meeting all of these requirements may be replaced or bent to 15 degrees from original axis. Any stud that fails the 15 degree bend test shall be replaced . Any stud that is bent to 15 degrees shall not be straightened . b . Section A-A -There should be 1 row of studs @ 6" c/c. c. "Lap Deck on Beam and Seal as req 'd do not attach" We do not want to damage the galvanizing of the beam top flange due to attachment of the deck. a . Sheet 151 : a . 4 VIVDS will be placed around the intersection and the conduit runs modified accord ing ly . b . Electrical service was changed to a pedestal service and the conduit runs modified accordingly . R. Sheets 151 and 152: Signal Pole T-2 will move from the north side of the crosswalks to the south side of the crosswa lks to an area behind the existing pole. The pole dimension chart will be updated as well as the conduit call-out. S. Sheets 162-165 Note 2 shall be modified to state: "At least one trail shall remain open on both sides of the river at all times , except when vehicular bridge beams are being set." Addendum No. 2 , Page 7 ADDENDUM NO 2. T . Sheet 17 4: There are three existing light fixtures to be demolished. In addition to the two shown and marked for demolition on Sheet 17 4 the third fixture is shown on the sheet but not marked for demolition . The unmarked fixture to be demolished is located in the island on the southwest corner of the lighting demo plan . Refer to Sheet 9 Demolition Plan for locations for all three pole locations. Note three should be changed as follows : "3. The contractor shall remove and salvage existing light poles and light fixtures. All salvaged light poles and fixtures are to be returned to the owner. Coordinate the delivery of the salvaged light poles and fixtures with Owner's representative." U. Site access is possible at both sides of the river. On the west side, an existing haul road can be used to deliver equipment and materials. On the east side, site access is possible between the existing ROW line on the south side and the proposed new MSE wall for the roadway. As part of the means and methods of construction, contractor is responsible for determining the specific roadway improvements for delivering materials and equipment to the site. Access plan sheets numbered 1-4 are included in the addendum to provide further information and clarification. Improvements required for site access are considered subsidiary to the project. V. Pier Protection / Sidewalk Edge Band - a. Color-see Sheet 60 (Section) and Sheet 66 (Notes) Color Manufacturer: Scofield or equivalent as approved by Engineer Specification: per manufacturer recommendation System : per manufacturer recommendation b. A color sealer is not required c. The sawn control joints are not to be sealed d. The expansion joints are to be sealed e . Concrete specification is flatwork concrete W . Paving Bid Line Item 61 Stairway Railing. See Sheet 35 for detail. Additional detailed information is included with this addendum in Figure 7. X. Paving Bid Line Item 56 Seat Wall Rail. See Sheets 32 and 33 for location of seat wall rail. The seat wall rail is similar to the pedestrian bridge rail but shorter in height. Additional detailed information is included with this addendum in Figures 8 and 9. Y. Drainage Bid Item 16 "2" seed injected blanket" The 2" Erosion Control Blanket is to reestablish vegetation in areas that are graded within the levee on the west side of the river and the existing trail on the east side of the river. The area that is covered by articulation concrete blocks will not be covered by the 2" seed injected blanket. For the limits of the 2" seed injected blanket, see Figures 3 and 4. Z. Drainage Bid Item 18 "6" Drain Pipe Non-Perforated" Demolition Plan Sheet 9 calls out "Remove concrete pad and connect exist PVC pipe to storm Trunk B". 6" Drain Pipe Non-Perforated item is to connect the existing drain pipe to Trunk B at approximate station 4+40 . AA. Phase 1 and Phase 2 of the Storm Drain Traffic Control is shown on Figures 3 and 4. BB . Permanent metal deck form and prestressed concrete panels may be used on vehicular bridge. See TxDOT standards PMDI and PCP for details. All other provisions of the contract documents, plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. Addendum No . 2, Page 8 ADDENDUM NO 2. William A. Verkest, P.E. DIRECTOR TRANSPORATION Afj.,D PUBLIC WORKS DEPAR~~ ..__//! ( By· ' -~=--:.t.::.w.i...,,,..oa.:.;.,. LO'lltA 11 ~. · Leon Wilson. Jr. P.E. Transportation an Public Works Department Addendum No. 2. Page 9 { EXI STING CURB & _,_....._._ GUTTER -~ .... TREN CH RE PAIR LIMIT S _.:.,;~~rrr77rl;T777"777)77Z777/~~~~~W,7,7777777;777,777777777r:"'":"~ EXISTING SUBGRAD E (IF AN Y) 6" MIN. COMPA CTED FLEX -BASE MA TERI AL DITCH NOTES: ·-t--,,~-BA CKFILL MATERIAL PER DETAIL WTR-029 (SEE NOTE 3) 1. PLACE A MI NIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMENT GRADE AS SHOWN . 2 . PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN . 3 . FL OWABLE FILL MAY BE REQUI RED TO BACKFILL ALL TRENCHES IN DOWNTOWN STR EETS AND IS OPTIONAL IN OTHER AREAS. IF FLOWABLE FILL IS REQUIRED, A SEPARATE PAY ITEM WILL BE PROVIDED FOR SUCH . 4 . ALL CON STRUCTION MUST BE IN ACCORDAN CE WITH THE CITY OF FORT WORTH STANDARD SPECIFICA TIONS FOR STREET AND STORM DRAIN CONSTRUCTION . CITY OF FORT WORTH , TEXAS TEMPORARY ASPHALT PAVEMENT TRENCH REPAlR DA TE : JULY 2009 STR-030 SPECIAL SPECIFICATION 00211 2" SEED INJECTED BLANKETS 00211.1 DESCRIPTION. This work shall consist of furnishing, installing, maintaining and seeding a water permeable Compost Blanket to reduce soil erosion and sediment by preventing soil particles from water mov ing off site into adjacent waterways or storm water drainage systems. 00211.2 MATERIALS A. Compost The compost shall be a well-decomposed, stable, weed-free material derived from agricultural, food , or industrial residuals or bio-solids (treated sewage sludge). The material shall contain no substances toxic to plants and shall be reasonably free (less than 1 % by dry weight) of man-made foreign matter. The organic matter shall possess no objectionable odor and shall not resemble the raw material from which it was derived. The product shall be certified through the U.S. Composting Council's (USCC) Seal of Testing Assurance (STA) Program. The material shall meet the following requirements: Particle Size Non-Seeded Blankets 100% passing 2· 99% passing 1 • 90% passing %" Seeded Blankets 100% passing 2· 95% passing Yz" 60 11 oassinq 1,4" Moisture Content <40% Soluble Salt <6.0 mmhos/cm Organic Matter 25-70% pH 6.0-8 .0 Nitroqen Content (drv weioht) >1 .0% B. Seed Varieties of seed and planting rates shall be determined by the Engineer. Seed should be incorporated at the time of application in the entire depth of the Compost Blanket. Seeding rates are generally similar or slightly higher than those used when considering application of seed via hydro seeding or other seeding methods. 00211.3 CONSTRUCTION A. Compost Blankets will be placed at locations indicated on plans as directed by the Engineer. Unless otherwise specified, Compost Blankets should be installed at a minimum depth of 1 ". For slopes: 3: 1 or steeper a 1.6" or 2" depth should be used . B. Compost shall be pneumatically applied. C. Compost Blankets may be seeded at time of installation for establishment of temporary or permanent vegetation. Seed shall be incorporated at the time of application. Seed shall be specified by the Engineer. D. Compost Blankets are not to be used in direct flow situations or in runoff channels . 00211-1 00211.4 MAINTENANCE A. The Contractor shall maintain the 2" Seed Injected Blanket in a functional condition at all times and it shall be routinely inspected. B. Where the 2" Seed Injected Blanket fails, it will be routinely repaired. 00211.5 METHOD OF MEASUREMENT A. Bid items shall show measurement as "2" Seed Injected Blanket" per square foot , or per square yard, installed. 00211.6 PERFORMANCE A. Contractor is responsible for establishing a working erosion control system and may, w ith approval of the Engineer, work outside the minimum construction requirements as needed . B. Where the Compost Blanket deteriorates or fails, it will be repaired or replaced with a more effective alternative. 00211.7 AVAILABLE VENDORS A. Installation of Compost Blankets and Filtrexx Products may be purchased form the following Certified Installers: Soil Express LTD 166 W. Frontier Parkway Prosper, TX 75078 www.soilexpress .com 972-347-2994 office 972-347-2997 fax 00211-2 02488 HYDRO-MULCH SEEDING 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, material , equipment and incidentals necessary to prepare the ground, furnish and install fertilizer , water and hydromulching seed or a mixture of seed of the kind specified in areas disturbed by the construction operations . 1.02 QUALITY ASSURANCE [NOT USED] 1.03 SUBMITTALS Submittals shall be in accordance with 01300, SUBMITTALS and shall include: A Texas Testing Seed Label B. Specification of fertilizer to be used 1.04 STANDARDS The applicable provision of the following standard shall apply as if written here in its entirety: Texas Seed Law 1.05 GUARANTEES The Contractor shall fertilize and reseed any area which fails to survive for a period of one year from the date the project is accepted by the Owner. 2.00 PRODUCTS 2.01 MATERIALS A GENERAL Seed used must carry a Texas Testing Seed label showing purity and germination , name, type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of the time of delivery to the project. Each variety of seed shall be furn ished and delivered in separate bags or containers. B. SEED The specified seed shall equal or exceed the following percentages of purity and germination: Common Name Purity Germination Common Bermuda Grass 95% 90% Gulf Coast Annual Rve 95% 90% C. MULCH The mulch shall be natural cellulose fiber mulch produced from griding clean, whole wood chips, or fiber produced from ground newsprint with a labeled ash content not to exceed 7%. The mulch shall be designed for use in conventional mechanical planting, hydraulic planting of seed or hydraulic mulching of grass seed, either alone or with fertilizers and other additives. Hydro-Mulch Seeding GRP08321 02488-1 The mulch shall be such that, when applied , the material shall form a strong, moisture retaining mat without the need of an asphalt binder. D. FERTILIZER Pelleted or granulated type fertilizer of the com position for the season of the year at which applied shall be used: 1. Early season (April 1-June 1) 21-0-0 2. Normal season (June 1-Sept 1) 10-10-5 3. Late season (Sept 1-Nov 1) 6-12-12 3.00 EXECUTION 3.01 PREPARATION After the areas disturbed by construction operations have been backfilled and completed to the original pre-construction lines and grades shown on the plans and as provided for in other items of this contract, perform hydromulch seeding in accordance with the requirements hereinafter described . 3.02 INSTALLATION A. CULTIVATION Cultivate areas to be seeded to a depth of at least 4". Cultivate the seedbed sufficiently to reduce the soil to a state of good tilth when the soil particles on the surface are small enough and lie closely enough together to prevent the seed from being covered too deep for optimum germination . Cultivation of seedbed will not be required in loose sand where depth of sand is 4" or more. Maintain the cross-section previously established throughout the process of cultivation and any necessary reshaping shall be done prior to any planting of seed . B. PLANTING SEASON AND APPLICATION RA TES 1. Perform planting between the dates specified for each type except when specifically authorized in writing . The seeds planted per acre shall be of the type specified with the mixture, rate, and planting dates as follows: 2. Common Bermuda Grass -hulled, forty-five (45) pounds per acre -February through August or a combination of 3. Common Bermuda Grass -unhulled, forty-five (45) pounds per acre and Gulf Coast Annual Rye -unhulled, fifteen ( 15) pounds per acre -August through February. 4. Apply fertilizer uniformly at the average rate of four hundred (400) pounds per acre . C . HYDRO-MULCH (CELLULOSE FIBER) SEEDING Uniformly distribute the fertilizer, seed or seed mixture , in the quantity specified over the areas to be seeded. Mechanical equipment shall be such that all varieties of seed as well as fertilizer may be distributed at the same time, provided that each component is uniformly applied at the specified rate. When seed and fertilizer are to be distributed as a water slurry , apply the mixture to that area to be seeded within 30 minutes after all components are placed in the equipment. Upon completion of planting the seed, spread cellulose fiber mulch uniformly over the area at the following rates: Sandy soils with 3:1 slope or less -min. 2000 lbs/acre Sandy soils with greater then 3:1 slope -min. 2300 lbs/acre Clay soils with 3:1 slope or less -min. 2500 lbs/acre Clay soils with greater then 3:1 slope -min. 3000 lbs/acre The rates are given in dry weight of mulch per acre. A mulching machine, approved by the Owner's Representative , shall be equ ipped to eject the thoroughly wet mulch material at a uniform rate to provide the mulch coverage specified. Hydro-Mulch Seeding GRP08321 02488-2 D. MAINTENANCE Contractor is required to install temporary irrigation lines along the completed embankment repair areas . After the initial application of the hydromulch seeding, water the areas as soon as drying of the surface is evident. Repeat watering at such intervals as necessary to maintain a moist condition of the soil until final acceptance of the project. The watering shall be done in a manner which prevents excessive erosion of the so il. MEASUREMENT AND PAYMENT E. MEASUREMENT 1. Measurement for hydromulch seeding shall be made by the square yard complete and in place . Areas shall be measured based on their horizontal projection with no adjustments for sloped surfaces. 2 . No measurement shall be made for the work required by the Contractor to keep the grassed areas in a good, useable, living , weed free, condition including watering and fertilizing . F. PAYMENT 1. Payment for hydromulch seeding shall be made at the unit price b id per square yard for "Hydromulch Seeding", which price shall be full compensation for providing labor , equipment, materials , water, fertilizer, and weed control, and for maintaining the slopes and areas to receive grassing , placing, watering, fertilizing, and maintaining the areas until final acceptance has been made and other work necessary and inc idental to th is phase of work . Hydro-Mulch Seeding GRP08321 END OF SECTION 02488-3 TARRANT REGIONAL WATER DISTRICT P.O. Box 4508 Fort Worth, TX 76164 CRITERIA FOR CONSTRUCTION WITHIN AND ALONG THE LIMITS OF EXISTING FEDERAL FLOOD PROJECTION PROJECTS 1. Pamphlet Purpose. This pamphlet provides guidance to individuals, developers, architect-engineering firms, and local governmental agencies for the construction of new facilities or the modification of existing facilities within the limits of Tarrant Regional Water District's (TRWD) flood protection project. The guidance contained in this pamphlet applies to the activities described herein in most cases and serves as a supplement to the U.S . Army Corps of Engineers, Fort Worth District (CESWF) Pamphlet SWFP 1150-2-1. This pamphlet is in no way a substitution or replacement of the SWFP 1150-2-1 and should only be used for guidance on the floodway in addition to the abovementioned pamphlet. However, TRWD reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technological advances, additional information, etc. 2. Applicability. This pamphlet applies to any TRWD land owned or controlled by fee ownership or easement on the Fort Worth Floodway. 3. Project Purpose. A federal flood control project is designed to safely carry floodwater within the project and through a developed area. As such, any proposed developments within the project must keep the safe passage of floodwater as the first priority. The roles of the CESWF and TRWD are to maintain the integrity of the project while preventing negative impacts to the passage of . the project design flood. 4. General Criteria for Construction within and along the Fort Worth Floodway. A. Submittals (1) Five paper copies and one electronic set of 10% plans, including an aerial map, are to be submitted to TRWD. A concept plan is not sufficient for initial review. The aerial map shall show the right-of-way boundaries of TRWD with specific levee toe and channel slope limits in the portion of the project being crossed, if applicable. (2) Within the initial submittal the construction starting date, completion date, and detailed project construction schedule, including sequence of construction prior to initiation of work shall be included. (3) TRWD will make every attempt to return initial comments within 45 days of submittal. B. Security (1) Site must remain secure with all gates closed and locked at all times. (2) Cable fencing that is removed for construction purposes must be secured at the end of each work day with suitable fence to prevent motorized traffic Page 1 of 4 from entering the floodway. Specifications for replacement of security fence , .. will be provided upon request. (3) Only vehicles and equipment required for construction are allowed in the construction area in accordance to and as stated in Texas Water Code Chapter 49.217. (a) All vehicles within construction area should be authorized by TRWD. (b) Construction employee vehicles shall not be allowed on the floodway at any time during construction. (c) Employee parking shall be provided off site. (4) All maintenance roads shall remain unblocked to allow passage in the event of an emergency. C. Construction involving the Trinity Trail System (1) No closure of the Trinity Trail is allowed. (2))Rerouting the Trinity Trail (a) If interference to the trail is required for construction, the trail must be re-routed using compacted 3 / 8" minus flex base or asphalt. (b) A trail detour plan, including signage must be submitted with packet. (c) Signs notifying trail users of upcoming project/ detour must be placed at least 1 week, but no earlier than 3 weeks before construction begins. (d) Posted signs must be of professional quality and not hand made. (3)Repairing/Replacing the Concrete Trail .after construction (a)Replace using a minimum 6" thick 3000 psi concrete with 1' perimeter beams reinforced with #4 rebar tied 100% on 1' centers both ways. (b)Rebar shall be installed on plastic chairs. (c)Surface of trail shall be finished with a uniform medium-broom fiqish. (d)Trail must be 8' minimum width and no smaller than the existing trail. (4) Repairing/Replacing the Asphalt Trail after construction (a)Type B asphalt is required (b)#l flex base compacted 6" thick shall be use for the base (c)Finish grade shall have a smooth uniform surface and free of any surface defects or vertical deflection. (b)Trail must be 11' minimum width and no smaller than the existing trail. (d)Concrete may be required to replace asphalt at the discretion of the District D. Establishing Grass Post-Construction ( 1) All grass shall be re-established to existing or better condition. (2) A seed injected compost blanket minimum 2" depth shall be used on any slopes greater than 6: 1. (3) Seed Compositions (a) From September 1 through March 15 Common Bermuda and Wheat shall be used. (b) From March 16 through August 31 Japanese Millet and Common Bermuda sh.all be used. (4) The "natural areas" on the floodway shall be re-established using a specific wildflower seed mixture, approved by the District. Page 2 of 4 E. Any vaults installed within the Floodway shall be flush with the ground with no . ~ greater than a 16: 1 earthen slope away from the vault. F. Erosion protection on the Floodway (1) Cabled Articulating Revetment Systems are to be used for erosion control (2) Riprap, gabions or concrete paving are not allowed and may not be substituted for the revetment systems. (3) Revetment systems must be a natural earth tone color. 5. Crossing Over Existing Levees at Grade. A. This method is not allowed on the Fort Worth Floodway. 6. Crossing Under Levees with Open Excavation. A. This method is not allowed on the Fort Worth Floodway. 7. Crossing Under Levees with Boring or Jacking Sleeves. A. Please refer to pamphlet SWFP 1150-2-1. 8. Horizontal Directional Drilling Under Levees and Channels. A. Please refer to pamphlet SWFP 1150-2-1. 9. Bridges Crossing Levees. A. All storm water runoff from bridge decks must be piped into a collection device and then to the river to prevent erosion within the floodway. B. Cabled Articulating Revetment Systems are to be installed within the shadow line of the bridge where vegetation cannot be established. 10. Burled Lines Parallel to Levees and Channels. A. Please refer to pamphlet SWFP 1150-2-1. 11. River and Channel Crossing Criteria. A. Cabled Articulating Revetment Systems are to be installed within the shadow line of the bridge where vegetation cannot be established. 12. Roadway or Railroad Crossings. A. Please refer to pamphlet SWFP 1150-2-1. 3. Discharge Structures. A. All storm water drainage structures are required to have a trash/ sediment/ oil collection system. · B. All discharge points shall be installed below conservation elevation of the river. 14. Pump Discharge Pipelines Over Levees. A. Please refer to pamphlet SWFP 1150-2-1. 15. Electrical and Telephone Criteria for Overhead Wire Crossings. A. When possible, free standing poles should be used that do not require guy lines. B. If used, all guy wires shall be marked with a yellow or orange PVC cover. Page 3 of4 C. Poles and guy wires shall not be installed within 21' of any other above ground . ,. obstruction to allow for maintenance vehicle passage 16. Low Dams or Diversion of Flows. A . Please refer to pamphlet SWFP 1150-2-1. 17. Process for Abandoning Existing Pipelines. A. Please refer to pamphlet SWFP 1150-2-1. 18. Construction of Recreation Facilities. A . Please refer to pamphlet SWFP 1150-2-1. 19.Planting of Trees along the Floodway. A. Removed trees must be replaced on a 1: 1 caliper inch basis. Replaced trees shall be 3" to 5" caliper. The sum total of replacement tree diameter shall equal the removed tree diameter. 8. Replacement trees must be irrigated for 2 years with subsurface drip irrigation. C. Trees shall be warranted for 2 years. 20. Oil and Gas Exploration Activities. A. Temporary Water Lines. (1) Contractor is required to mow a 10' strip oil both sides of the temporary water line on a 2-week interval basis. (2) Where temporary water lines cross maintenance roads that are not a part of the trail system, a suitable crossing shall be constructed that provides a HS20 loading. Crossings are subject to frequent traffic by large tracked and rubber tire equipment. (3) Lines 3" or smaller. (a) Line must be bored under existing trail with a minimum depth of 2'. (b) Valve boxes with lids shall be placed 5' on either side of the trail for connection points to bored lines. (4) Lines greater than 3". (a) Lines must be constructed overhead allowing a 9' clearance and spanning the width of existing trail. (b) Overhead structure must be stable, free from leaks, adequately anchored and free standing. (5) Specific means and methods regarding temporary water lines are to be submitted for approval. B. Water Pumps. (1) All water pumps must be placed in a containment structure capable of holding all liquids in the event of a pump malfunction. (2) All pumps placed below the top of the river channel must be removed each evening or at the end of each workday, unless supervision is provided 24 hours a day. (3) A containment boom must be placed in the river at a 50' radius from the extraction point. Page 4 of4 Pamphlet No. 1150-2-1 DEPARTMENT OF THE ARMY U.S Army Corps of Engineers, Fort Worth District P.O. Box 17300 Fort Worth, Texas 76102-0300 Local Cooperation CRITERIA FOR CONSTRUCTION WITHIN THE LIMITS OF EXISTING FEDERAL FLOOD PROTECTION PROJECTS SWFP 1150-2-1 31 October 2003 1. Pamphlet Purpose. This pamphlet provides guidance to individuals, developers, architect-engineering firms, local project sponsors, and local governmental agencies for the construction of new facilities or the modification of existing facilities within the limits of an existing Federal flood protection project constructed by the U .S. Army Corps of Engineers, Fort Worth District (CESWF) and for which local project sponsors and/or local governmental agencies have the responsibilities for operation and maintenance. The CESWF, in accordance with Title 33 CFR, Section 208.10, retains the right of review and approval on all proposed improvements and/or modifications that are passed over, under, or through the walls, levees, improved channels, or floodways of such projects. The guidance contained in this pamphlet applies to the activities described herein in most cases; however CESWF reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technological advances, additional information, etc. 2. Applicability. This pamphlet applies to all Federal flood protection projects constructed by CESWF, and for which a letter of assurance agreeing to the operation and maintenance of the flood protection project has been furnished CESWF by the project 's local sponsor. 3. Project Purpose. A Federal flood control project is designed to safely carry floodwater within the project and through a developed area. As such, any proposed developments within the project must keep the safe passage of floodwater as the first priority . The roles of the CESWF and the project local sponsor are to maintain the integrity of the project while preventing negative impacts to the passage of the project design flood. The CESWF will not allow the safety of the project to be compromised or the required design carrying capacity of the project reduced. 4. General Criteria for Construction Within a Floodway. a. As early as possible during the planning process, discuss preliminary proposals with the CESWF and the local sponsor to avoid major revisions or project delay. The local sponsor may make any requirements of this Pamphlet more stringent than those contained herein. Concept proposals may be submitted for review. Submit the proposed construction starting date and the detailed project construction schedule, including sequence of construction prior to initiation of work. b . Construction may not start until final written contract drawings and plans have been reviewed and approved in writing by both the CESWF and the local sponsor. c. Furnish five (5) sets of plans and specifications for the proposed work to the CESWF, Operations Division, ATTN: CESWF-OD-M, via the local sponsor sufficiently in advance of proposed construction to allow adequate time for review and approval. A vicinity map shall be included in the plans showing the right-of-way boundaries of the flood protection project with specific levee toe and channel slope limits in the portion of the project being crossed, if applicable. This pamphlet supersedes SWFP 1150-2-1 dated 15 October 1985. d. If boring, jacking, or tunneling operations are planned; detailed designs, calculations, and construction procedures must be provided for review. See subsequent paragraphs for additional details and required procedures. e. Practice approved construction methods and best management practices to minimize erosion at the construction site. All work shall be performed in such a manner as to be as environmentally friendly as possible. This includes making every effort to reduce the turbidity of the water at the site, such as by limiting the amount of time construction equipment is in the water. A storm water pollution prevention plan (SWPPP) must be included in the final project submittal. f. When construction work is in progress in a project located downstream of a Federal dam, a request from the contractor for changes in regulated releases will be considered on individual cases only. Normally, regulated releases from upstream lakes for evacuation of floodwaters, water supply, recreation, or other purposes considered to be in the best interest of the public will have first consideration. A flood event could occur at any time during construction activities and could affect these activities. g. Construction equipment, spoil material, supplies, forms, buildings for inspectors, labs, or equipment and supply storage buildings, etc., shall not be placed or stored in the floodway during construction activities. Any item that may be transported by flood flows shall not be stored within the project. Locations of construction trailers and stockpile areas shall be included on project plans and approved by the CESWF and the local sponsor. h . In addition to other requirements set forth in this Pamphlet, permits may be required under Section 10 and Section 404 for the desired work. These permits require a minimum of 90 days to process. It is recommended that contact with the CESWF Regulatory Branch be initiated in the early planning stages to prevent delays. i. Repair or replace any maintenance and operation roads disturbed during construction to a condition equal to or better than their condition before construction. All roads must be inspected by the local sponsor prior to completion of the project. j. Compact all fill and backfill in 6-inch lifts as specified in job specifications approved by the CESWF . Compaction shall be to at least 95 percent of modified density as specified in ASTM D-1557. All backfill shall consist of impervious materials. Reestablish vegetation to its original condition or better. Remove all excess material from the limits of the floodway. k. Provide scour protection consisting of articulating revetment system protection capable of being re- vegetated at the outfall of stilling basins designed according to the issuing jet velocity. If approved by the local sponsor, riprap , gabions, or concrete paving may be substituted for the revetments. I. The crown or crest of the levee referred to in this pamphlet is the original or design levee crest elevation. This may or may not be the same as the current levee crest elevation. All modifications shall be based on the higher of the two elevations. m . Upon request, the CESWF Hydrology and Hydraulics Section may provide applicable hydraulic models to be used for design. n. Any permanent disturbance of existing recreation facilities must be mitigated. o. Sump areas adjacent to federal projects are considered an integral part of the federal project and any modifications to them will be reviewed and approved in accordance with this Pamphlet. SWFP 1150-2-1 2 5. Crossing Over Existing Levees At Grade. a. The local sponsor may decide to not allow any proposed crossing over existing levees at grade. b. No excavation or notching will be performed into or on the levee, or within the levee template. c. Strip topsoil from the levee and place the line up and over the levee template slopes at grade. This will require rather abrupt line grade changes at the levee crest. Cover the new line by placing new fill uniformly on the slopes and top of the levee to slope away from the line and parallel to the longitudinal axis of the levee . Provide a minimum of 2 feet of cover over the new line. The slope of the fill shall be 1 vertical on 20 horizontal or flatter. Replace the topsoil, reestablish grass on all disturbed areas , and restore any roadways. d. All valves located within 15 feet of either side of the projected toe of the levee shall be provided in a concrete box enclosure with a manhole type cover. Valve boxes located within the floodway shall be underground and flush with the surface. If the valve box is placed in the levee crest, the bottom of the excavation shall be not lower than one foot above the design water surface elevation. Fill shall be uniformly placed to slope away from the top of the valve box. If possible all valves shall be placed on the landside of levees a minimum of 15 feet from the projected levee toe. e. Provide water-tight sealed manhole covers for all manholes within the floodway having tops below design water surface elevation. Fasten manhole covers to the manhole structures. 6. Crossing Under Levees with Open Excavation. a. Provide a temporary ring levee (cofferdam) on the riverside of the existing levee at the location of the subject crossing to the same top elevation as the existing levee. This ring levee shall have a minimum crest width of 10 feet and sides slopes of 1 vertical on 3 horizontal or flatter. Construct the levee of impervious materials according to the provisions specified in Paragraph 4j. b. When the temporary ring levee is complete, excavate through the existing levee using one vertical on three horizontal cut slopes . The toe of the levee and ring levee shall be a minimum of 20 feet (measured horizontally) from the top edge of the excavation. c. Generally, sources for borrow materials shall not be located within the limits of the floodway right-of-ways. In addition , depending on the type of soil and whether or not pervious materials or unstable materials exist in the foundation of the existing levee, it may be desirable to limit the depth of excavation or specify a minimum distance from the land-side toe of the levee. All excavated slopes shall be properly designed and the drawings sealed by a registered professional engineer. d. After the line has been placed, the open excavation will be compacted in accordance with Paragraph 4j. When backfill operations are completed, the entire foundation area to be occupied by the replaced levee fill shall be scarified, plowed, and/or harrowed to a depth of 6 inches, and then compacted by at least 16 complete passes of the tamping roller or 95 percent modified density, whichever is more rigorous . e. Accomplish levee replacement by placing fill in 6-inch lifts and compacting by not less than eight complete passes of a tamping roller or at least 95 percent modified density . After compaction, the moisture content shall be within the limits of 3 percentage points above optimum to 2 percentage points below optimum moisture content. SWFP 1150-2-1 3 f. Determine the in-place moisture content and density of the levee fill on a frequency of about one sample for each 2500 cubic yards of backfill placed in the levee. g. When the breached levee has been reconstructed to its original grade, remove the temporary ring levee and dress and turf the surface areas of the plugged section. h. Provide water-tight sealed manhole covers for all manholes within the flood protection project having tops below design water surface elevation. Fasten manhole co vers to the manhole structures . i. For pipelines, install a positive cut-off structure to prevent water from the riverside flowing through the pipeline to the landside . If located on the riverside of a levee, extend the cut-off structure to the levee crown elevation by bridge. This structure must be accessible no matter what flood condition may exist. The closure device must be operational by manpower, if necessary . j. Pro vide gravity storm drains discharging into the floodway with automatic flap gate(s) at the discharge end of the line and energy dissipaters, as required. The owner or local sponsor, as per written agreement, shall be responsible for inspection and maintenance to ensure proper operation of the flap gates . k. Use monolithic conduits or conduits with water-tight joints under the levee and levee template. 7. Crossing Under Levees with Boring or Jacking of Sleeves. The sequence of work shall be as follows: a. Excavate the boring and jacking pit (must be on the land side outside the projected toe of the levee template slope). b. Bore and jack the sleeve to a point beyond the projected riverside toe of the levee template slope. c. If the difference in the diameters of the bore and sleeve exceeds 3 inches, the annular space shall be pressure grouted with bentonite slurry . d. Place the product line in the sleeve. e. Pressure grout the product line in sleeve with bentonite slurry. f . Excavate the pit on the riverside and construct a manhole with gate val ve placed on inside face of manhole away from channel. Tie line from sleeve under levee into manhole with gate valve. g. Tie line from sleeve under levee into a manhole on landside. h. During work on items a through h, a plug will be required to be placed and braced at the open end of the sleeve and pipe located in the j acking pit at the close of work each day. This plug must remain in place until the gate valve is installed and connections made to ensure protection from flooding from the river. 8. Horizontal Directional Drilling Under Levees and Channels. a. Detailed contractual drawings , plans , procedures , and engineering calculations shall be provided to CESWF for review . These must include all the requirements of Paragraph 4 above and the following additional items : ( 1) Ins ide diameter of the final bore hole and outside diameter of the product casing . SWFP 1150-2-1 4 (2) Detailed description of construction and horizontal boring methods to be utilized. (3) If the difference in the diameters of the final bore and product casing exceeds 3 inches, provide the method of pressure grouting the annular space between the outside of the product casing and the inside of the bore to prevent seepage under the levee template during maximum river stages. (4) A profile of the proposed line showing alignment (including location of the river and levees). (5) Location of entry and exit points, location, elevations and proposed clearances for all utility crossings and structures (6) Right-of-way lines, property, and other utility right-of-way or easement lines (7) Depth under the base of the levee, depth of the line under the river channel , and location of both ends of the string. If the proposed depth of the string directly below the base of the levee is less than 30 feet, then detailed engineering calculations sealed by a registered professional engineer shall be provided for review. These calculations must show a minimum 1.5 factor of safety against hydro-fracturing to be acceptable. b. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method, and responsibility for assuring that the pressure is not exceeded. c. The minimum clearance distance from the top of the pipe encasement to the original design river bottom elevation shall be 7 feet. Should the existing channel bottom elevation be lower than original design grade, the new line shall be the discussed depth below the existing bottom elevation. d. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method, and specific responsibility for assuring that the pressure is not exceeded. During the drilling process, the pressure in the borehole must be monitored to ensure that the operational drilling pressures remain within the safe limits to prevent soil fracturing. The name of the party responsible for monitoring the work must be specified. 9. Bridges Crossing Levees. a. The bottom of low steel of the bridge shall be above the design crest elevation of the levee. No notching into the levee will be allowed. b . All bents should be located to minimize the number of bents located within the template of the levee. Driving of piles within the template of the levee will not be allowed. Bents at these locations should only be designed as drilled piers. c. Bridges will not be located where their construction will block maintenance access roads presently located within the floodway. d. All storm water runoff from bridge decks must be piped to grade to prevent erosion w ithin the floodway. e. Re-vegetated mat type slope protection must be provided from the top of the levee to the floodway bottom under the shadowline of the bridge. SWFP 1150-2-1 5 f. The bridge must be designed to minimize the number of pier bents. If the new bridge is within 500 feet of an existing bridge the new pier bents must be in alignment with the adjacent bridge. 10. Buried Lines Parallel to Levees and Channels. a. Buried lines parallel with a levee (either on the river side or land side) will not be allowed where the buried lines final location will be within the extended template of the levee. For example, a line buried 5 feet deep must be at least 15 feet away from the toe of a levee with a 1 vertical on 3 horizontal slope. b. Sumps, ditches, swales, or other project features crossed by the buried line shall be restored to their pre construction condition. c. Buried lines parallel with the channel bank must be at least 25 feet from the projected river channel slope template. d . When a buried line crosses a discharge channel, place the line on piers with the piers aligned so as to provide minimal obstruction to flow in the discharge channel and designed so as to catch minimal debris. The preferred alternative would be to place the line under the discharge channel and encase it with concrete. Extend the encasement a minimum of 5 feet beyond the top of the channel side slopes. 11. River and Channel Crossing Criteria. a. Crossings Under Rivers and Channels by Open Excavation: ( 1) Bury the line a minimum of 7 feet below the original design river bottom elevation. Should the existing channel bottom elevation be lower than original design grade, the new line shall be the discussed depth below the existing bottom elevation. (2) Sufficiently anchor or encase the line to prevent floatation. (3) Backfill the excavation with material similar to that excavated. If soil is excavated, backfill with compacted impervious fill material and if rock is excavated, backfill with concrete. (4) No cofferdam fill type crossings shall be allowed in water greater than six (6) feet in depth, and will then only be allowed if geotechnical and structural designs prove that sheet piling would not be a viable method. b. Crossings Over Rivers and Channels. ( 1) Provide a minimum freeboard between the low point of the crossing and the design water surface elevation of three feet or to the top of any levee, whichever is higher. (2) The obstruction caused by the supporting bridge and its piers shall not significantly reduce the carrying capacity of the floodway. No longitudinal cross bracing will be used. (3) Submit final plans and hydraulic computations to indicate that the proposed project would not reduce the floodway capacity. (4) Projects crossing navigable waterways (Trinity River downstream from Riverside Drive in Fort Worth, Texas) shall require a United States Coast Guard permit. Clearances and requirements shall be as directed by the Coast Guard. SWFP 1150-2-1 6 12. Roadway or Railroad Crossings. a. The low steel of a bridge shall have an elevation not lower than the crown of the levee or top of bank or 3 feet above the design water surface, whichever is higher. Contact CESWF for the current design water surf ace at the location of the proposed roadway crossing. Additional clearances shall be required for fixed spans over navigable waterways. b . Submit final plans and hydraulic computations to indicate the proposed roadway or bridge would not reduce flows or project capacity. Projects will not be approved that reduce the carrying capacity of the project. c. Any roadway over a navigable waterway will require a permit from the United States Coast Guard. d. See Paragraph 9 for special requirements for crossing levees. e . Hold temporary roadway fill to a minimum to prevent increasing the water surface elevation should a flood occur during the construction period. Construct all temporary ramps from levees going in a downstream direction . This will prevent flows from being directed into the face of the levees. 13. Headwall, Chutes, Gate Valves, Flap (Automatic) Gates, etc. a . Install headwall , gate valve structures , flap (automatic) gates, and other types of outfall structures in such a manner to prevent obstruction of flow or creation of scouring conditions within the project. All headwalls must transition with the slope and flow discharge points must be at an elevation equal to the bottom of the slope or at the normal water surface. Chutes will not be allowed unless they are the only viable alternative . b. All structures shall be installed in such a manner so as to not create maintenance problems. 14. Pump Discharge Pipelines Over Levees. a. The invert of the discharge shall be at the toe of the protective works (levee) and shall be free-vented at the highest po int. For very large lines deviation from this criteria may be considered, but under no condition shall excavation be permitted into the levee. See Paragraph 5 for requirements for crossing over a levee on grade. b . Flap (automatic) gates are not required at the outfall of the di scharge lines. 15. Electrical and Telephone Criteria for Overhead Wire Crossings. a. The local sponsor may require directional boring under the levee as opposed to an overhead crossing. b . No structure (poles or otherwise) shall be located closer than 15 feet from the toe of any levee . c. No structure (poles or otherwise) shall be located closer than 15 feet from the top of any channel slope. d . Provide a minimum vertical clearance of 28 feet between the crown of the levee and the low wire at the low point of the wire at the levee crossing computed under the most adverse conditions (temperature, wind, load , etc.). SWFP 1150-2-1 7 e. Provide a minimum vertical clearance of 28 feet between the natural ground and the low wire at the low point of the sag in the area of the project channel, or three feet above the project design water surface level, whichever is higher. (Check Electrical Code for minimum clearance of high voltage lines .) f. Locate guy wires and anchors in such a manner that they do not interfere with the operation and/or maintenance of the channel , levees , or related structures. No anchors may be placed on the levee. 16. Low Dams or Diversion of Flows. a. Submit plans, hydraulic and structural computations, and specifications for low dams or other obstructions for review and comments prior to the construction of any type dam structure in a project area . These plans will be reviewed to determine if adverse hydraulic or structural effects would occur within the project as a result of the proposed construction. Prior to an extensive engineering study for any type of water barrier in a project, the CESWF and the local sponsor will review the concept plan, proposed location, and purpose. b. Diversion of flows into or out of a project area shall be reviewed as to possible adverse hydraulic or structural effects . 17. Process for Abandoning Existing Pipelines. a. Requests to abandon existing buried pipelines within a project shall be submitted in writing to CESWF and the local sponsor. No buried line within a floodway may be abandoned without the review and approval of CESWF and the local sponsor. b. As a min imum, the portion of the abandoned pipeline under a levee shall be completely filled with concrete or grout to prevent seepage through the abandoned line during flood conditions. c. Abandoned buried pipelines that are located on floodway property, but are not located under a levee shall be plugged at each end with concrete or grout. d. Any structures associated with abandoned buried pipelines, for example , manholes, shall be removed and the resulting hole filled and compacted in accordance with the provisions in paragraph 4j. e . Above-ground abandoned pipelines shall be removed from floodway right-of-way , including any associated structures. 18. Construction of Recreation Facilities. Submit plans to the CESWF for review and approval on any proposed recreation type facilities to be constructed in an existing or approved Federal project area. Each plan shall include hydraulic computations and will be reviewed for individual and cumulative effects to determine if the proposed construction would produce adverse effects on an existing or approved project area . If adverse effects on the carrying capacity of the project are determined, the project will be disapproved . The local sponsor may construct minor recreation improvements as needed so long as final as- built plans are provided to CESWF. 19. Planting of Trees Within a Floodway. a. The purpose of a Federal flood protection project is to carry floodwater through an urban area. Anything in the floodway that restricts flow or can catch floating debris will reduce the carrying capacity below its design limits and will not be allowed. The local sponsor is directed to remove all trees on the SWFP 1150-2-1 8 levees or adjacent to the channel and also as many other trees and obstructions within the floodway as reasonably possible. b. Planting of trees on the levees will not be allowed nor approved. c. Planting of additional trees within existing flood protection projects or adjacent to channels is not encouraged and will be evaluated only on a case-by-case basis. Only trees with deep-type root systems and high canopies may be planted in selected areas of existing flood protection projects . The plantings shall be a minimum of 50 feet away from the toe of the levee or the top of the channel bank. Trees may be placed no closer than at an average spacing of 100 feet, center-to-center. Prune trees to permit mowing immediately adjacent with tractor type mowers . No bush or vine type plants will be permitted. Minimum application of ground cover plants for slope protection will be allowed, subject to approval by the local sponsor. d . ". ;)!lL a er ,1rdinated planting plan with hydraulic computations for review and approval. This plan must also sh ow all e:<:isting trees within 1000 feet of the proposed new trees . DISTRIBu . _,N : SWFP 1150-2-1 CAROL J . SHEAD Publications Control Officer 9 .. . ' ,-~ :;; -:,•.) -:.,. ~ , ,. I I Sri ~:,~ AFTER RECORDING, RETURN TO: City of Fort Worth, Texas l 000 Throckmorton Fort Worth. Texas 761 02 Attention: Real Property Management \ \ '"'w• ' \ ·_. .. \ /· \ \ I \ ,, .. I o:> NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. BRIDGE EASEMENT AND RIGHT-OF-WAY AGREEMENT ST ATE OF TEXAS COUNTY OFT ARRANT • • • KNOW ALL MEN BY THESE PRESENTS: THAT TARRANT REGIONAL WATER DISTRICT, A Water Control and Improvement District, a body politic and corporate under the laws of the State of Texas, whose mailing address is P. 0. Box 4508, Fort Worth, Texas 76164-0508 {herein called "Grantor''), for and in consideration of the swn of TEN AND N0/100 DOLLARS {$10.00) and other good and valuable consideration to Grantor in hand paid by the CITY OF FORT WORTH, TEXAS, a municipal corporation of Tarrant County, Texas, whose mailing address is 1000 Throckmorton, Fort Worth, Texas 76102, Attention: Real Property Management (herein called "Grantee"), the receipt of which is hereby acknowledged. has BARGAINED, GRANTED, AND CONVEYED, and by these presents does BARGAlN, GRANT, AND CONVEY, unto the said Grantee an easement and right-of-way (the "Easement") for the uses hereinafter stated on, over and across the lands that are described by metes and bounds on Exhibit "A" attached hereto and incorporated herein for all purposes and depicted on Exhibit "8" attached hereto and incorporated herein for all purposes {the "Land"). The terms and conditions of this Bridge Easement and Right-of-Way Agreement (the "Agreement") are as follows: 1. Permitted Uses. The Land shall be used by Grantee only for the construction. reconstruction, operation. maintenance, repair, alteration, replacement, survey, inspection, and removal of one bridge for pedestrian and vehicular traffic, together with such foundations, piers and substructures as are necessary to support the bridge (collectively, the "Facilities"). No building, structure, or improvement other than the bridge and necessary supporting structures shall be placed. constructed, or maintained in. on. or under the Land. 2. A pproval of Plans. All Facilities authorized hereunder shall be constructed pursuant to plans and specifications (the"~") to be submitted to Grantor prior to the commencement of construction. No operations relating to the construction of the Facilities shall be commenced until the Plans therefor have been submitted to and approved in writing by Grantor. Grantor, by giving such approval. shall not asswne any responsibility or liability with respect to such Plans. -1- : '.'.-:_ .... ~r •.: ~'1 >~.·-:J , , . ._ .. ~ :"'.\ .. 7 '../' 3 . Permits. Grantee shall obtain all required permits related to the construction. reconstruction. operation. maintenance, use and repair of the Facilities. By its acceptance and recordation hereof, Grantee represents and warrants that it has obtained (or will have obtained prior to the exercise of any rights hereunder) all pennits, authorizations and approvals required by any governmental authority, including, without limitation, the United States Anny Corps of Engineers. 4 . Reservation of Minerals. There is reserved to Grantor, its successors and assigns, and not conveyed hereby, all of the oil, gas and other minerals in. on or under the Land, but Grantor waives all rights of ingress and egress to the surface of the Land for the purpose of exploring. developing, mining, or drilling therefor; it being specifically agreed that no operation relating to such mineral reservation will be conducted on the surface of the Land. The foregoing waiver of surface rights shall not be construed to prohibit Grantor from using the surface of any lands other than the Land for activities related to the development or production of the oil, gas and other minerals in and under the Land nor shall such waiver be construed to prevent Grantor from developing or producing the oil, gas and other minerals in and under the Land by pooling or directional drilling under the Land from well or mine sites located on lands other than the Land. Notwithstanding the foregoing reservation, Grantee shall have the right and privilege to own, use and remove from the Land all sand, gravel, dirt, rock and other similar materials as may be necessary in exercising the rights granted herein. 5. Performance of Work. All work done in connection with the Easement shall be performed in accordance with the Plans and as expeditiously as possible so as not to interfere unreasonably with the use and occupancy of the Land by Grantor, its agents. representatives. employees. licensees, and invitees. [n performing the work or causing the work to be performed. Grantee shall make adequate provisions for the safety and convenience of Grantor, its agents. representatives, employees, licensees, and invitees, and shall cause all work to be cleaned up properly and promptly in order to minimize disruption or inconvenience. Grantee shall construct and operate the Facilities at its sole cost and expense. Grantee shall perform all work necessary in connection with the construction. reconstruction. operation, maintenance, repair, alteration, replacemen~ survey. inspection. and/or removal of such Facilities in a good and workmanlike manner in conformance with sound and accepted engineering practices. After any disturbance of the surface of the Land for any purpose authorized hereunder (whether in connection with initial construction; any reconstruction; any operation. maintenance, or repair, any alteration or replacement; any survey or inspection; removal; or otherwise), Grantee shalJ restore such surface to the same condition as existed before any such disturbance. Further, if any improvements of Grantor are disturbed. damaged, or destroyed by the operations of Grantee hereunder, Grantee agrees to replace and restore such improvements to a condition at least as good as existed before any such disturbance, damage, or destruction. The Facilities shall at alJ times be constructed, kept, operated. ,md maintained in a safe condition and in full compliance with all applicable federal, state, municipal, and other laws, statutes, regulations. ordinances, and orders. 6 . Removal or Relocation of Facilities. It is specifically understood and agreed by Grantee that the Land is located within the Fort Worth Floodway. In the event that the United States Anny Corps of Engineers should require the removal or relocation of the Facilities in connection with the operation of the Fort Worth Floodway, Grantee agrees to perform such required removal or relocation promptly and agrees to be solely responsible for alJ costs and expenses associated therewith. Further, Grantee hereby releases, relinquishes, and discharges Grantor and the ~2- SUZANNE HENDERSON ......... COUNTY CLERK !~ ~ ~ :1 ~~ ·' 17.} 100 West Weatherford Fort Worth, TX 76196-0401 ··a··· C()U~i-•• / •. t~~-~~ ••• .. ' J .. .. . .. -------------------·· .. : .. ~.: .. ·· CITY OF FORT WORTH RIGHT OF WAY AND EASEMENT TEAM 900 MONROE STE 404 FT WORTH, TX 76102 Submitter: CITY OF FORT WORTH/RIGHT OF WAY ANO EASEMENT TEAM PHONE (817) 884-1195 DO NOT DESTROY WARNING -THIS JS PART OF THE OFFICIAL RECORD. Filed For Registration : 3/8/2010 12 :41 PM Instrument#: 0210050496 E 11 PGS $52.00 0210050496 ANY PROVISION WHICH RESTRICTS THE SALE , RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID ANO UNENFORCEABLE UNDER FEDERAL LAW. Prepared by : CAMADOOCK GE~~ERAL NOTE: .---C ONCR ETE RIPR,\P W/ 6 X6 'NELDEO WIRE r~EINFORCEMUH -TOP OF RIPRAP 1. CONCRETE SHALL BE CLASS "A" WITH A MINI MUM COMPRESSIVE STRENGTH OF 3,0 0 0 psi . rC)t\J CRETE RIP-RAP END TREA T~~ENT NTS SEE S HEE T 58 FO R LO CATION. (/) w 2 •ICUR[ ; -----~ . I ·, I I I ,. • ,_J \ \ \ ''°··-...,.. .. . -----.• i I ·· I-· w w Cl'.: I- (/1 z ~ :::; ~ Cl'.: 0 L,_ Cl'.: 4: w ,. _J i u 1:; • \, • ,, i I "'' I I ,~,' I I"' I ,, < '' : : '' '' '. : : _; I l j r •.· 'I • I ... , .,, ., ' .·:: '' . ' '' '' . ' < I 'I '' '' : : '' • a CHANNELING DEVICES ?1-'ASE I PAVEMENT CONSTRUCT ION PHASE II PAV E\4F:NT 0 30 ' 60 ' 120 ' \\ CONS TRUCTION ,, ,, ,, ' \\ ' ':,\ '.' SCALE IN FEET NO TES : t PH ASfir F"OR STORY ORAJN CONSTRUC TI ON ~S§~N ~~o~lfrf9~g;~~~T 10N PHASES 2 . TRAFFIC ACCESS MUST BE MA INTAINED AT ALL T•MES . J .CONTRAC TOR TO COVER OPEN TRENCH WITH STEEL SL A TS CUR ING NON-CONSTRUCTION k QUR S. 4 . DRIVEWAYS I.IUST f?EMA IN OPEN AT ALL Tl ',j[S. ~Mil. 201 0 5C J\l( i>.. SHOWN tlf SlCNf'.O CG 9 3 f.l RAf rm t-tCl.,Hf. R~l f !!_( t ..-11~0J.dgn ,, ,,;,, ,, ,I ,, /,' ··-···· /I " " /,' . -::-~=;:.~~~> • I 1r·. 1 ~·---~-· \ .r ' r· I i ~ l' .-1 ', •. '. • .:.!-~ ··,. __ :J ,,--· .. '---~·-, ' ' _..J ( i o .· I i . j .. , t-w w \ 0:: t- \ (/) ; I z ~ :::E ~ 0:: • 0 u.. 0:: <{ w • .....I . u • / -~ • • a CHANNELING DEVICES PHASE I PAVEMENT CONSTRI.JCTiON PHASE II PAVEMENT CONSTRUC TI OIII 0 30' SCALE & 60' 120' IN FEET , <··.:~~:_: . s::~--== I 00·~"°-I ri i I J,Li , I '..,/ C20 ·h PHASf 2 , CONSTRUCT 8'x5' RCB, i]ACKtllL. FLCWABLE: FILL. WITH 2" Ht.lAC ANO 6" FLEX 3ASE PER CITY Of FORT WORTH DET."""i STR ·Q.lD,.-·-- !. I : ! NOTE.S: : I j: I \ ,l ,_ . ' I' ' . ·. -............ . 1. PHASES FOR STORM DRAIN CONSTRUCTION OCCUR PRIOR TO CONSTRUCTION PH1'SES SHOWN ON SHEETS 166 -168. Z. TRAFFIC ACCESS t.lUST SE MAiNT AINEO AT ALL T:'-IES. J. CONTRACTOR ro COVER ~PEN TRENCH WITH STEEJ, SL A TS OURIN NON-CONS't RiJCT iON HOUR • 4 . DRIVEWAYS MUST RO.CAIN OPEN AT ALL. Tr>,1£S. ·-;,'[ l '>,j -"''~"'"' --s o,-.,...,,, ;\\ ............ f{-1-h ,.,c.-;"'-/ * ·· .. "'11.f''t :r *.... ·, . .... * .. ~ /I!*/ ... *·~ ~ ................................ ~ ~CO LIN G. BLAN KE NS HIP ~ ~--<i\····"10 0194 ····,.:Q: J ,, 1:i·-. /t.:;;; tt V~··.~.( CENS\?.-··~~.# dif.sr' ... -;, .. ··l :ei - O<t~ 10 CIT Y OF FORT WORTH H ~N~:t~!.~. CLEARFORK MAIN STREET BRIDGE 4 ---.-.rf~---~-... 1"4 ... _ ~ ,.,.,_.. ·~._,__-PHASE TRAFFIC CONTROL 2 STORM DRAINAGE PLAN DRAF l EO ilCUR( f H (XH·O•.dqn ·- ~IL,.__,L....__Ll-L_-L._L,__,,,.L.__L~.-f.-,..,1-"1 + n <( 1- (/) ,r-~-:::::::±-.;:~~ w z t:=:t=:;#=___.::.-- _J ~~~:.2.:£Q7 W4 .·:\ 1·i/' \_ WA LL 4 ST A 3·90 .87 • CC. STA 281•36.44,4.3 .95 'RT TOP OF WALL 0 LO u1 CTI n '<t 0 co ..; u) N co ;!. u1 co _J u1 cri w r-- u1 w _j w --------- _J -.'-''""-''' ~ WALL 4 ;-7.._~*.9,F .. (f:f"~tt. 4 ·61 . .33 #~.-· ' ··.J' u *·· . ·. *'J· *:" V • •• *~ .... · ....................... · .... ~ -----I- <( ~C OLl N C. BL ANJ<.EN S1i l P~ 1--~-·+--+----------~-··· ............................ ~ \ ~J --:i \ 1 0 0 1 9 4 :'Q-/I! 2 0 t.D t.D r-- u) _j ······--·-·----·-·-4---+---rc, co g u1 U1 r--r-- _________ u1___ __ ~ ... : 1--·,__- \ 2~ RCP FL • 561.54 'I ~·· ··4:..· ;.t ft o;_··{[ CENS'i:;'?.<:* ~ EX 12" ww t{s·s/··~: 1 . . .::,,,_~;=;.i.. __ _,_FJ,, • 567 .57~t~~ oy1z./10 SCALE 5 •s SHOWN OESICNED CCB UflAfr [D R!:L flLE E.XISTING R 0 . W. CURVE W3 a · 9" 28'51.55" (L Tl T • 32. 78 R • 395.29 L • 55.41' .,c • 14" 29 '40 .40" CONTROL L INE'. WALL 3 3•00 { CLEARFORK MAIN STREET 260•00 281•00 __J ___ __l_ _________ ...J.___ ______ ;/ / .I --... -\ -::. ----··-· ------.. ,( ---·---·x:- TOP OF RA IL TYPE . T4 11 N 0 c:i ~ "' cxi "' a:, ...i "' w ...i w N "' .. _ ,..._ .,. ... .... ,... .,, "' ...i ...i w w -· . f -· . ---~< ·-· . ---:,..:····· ;~',, 0 40 ' -·.+-~l ~~~-7~aR~1" ... <:11*'•,~,e';, • •·1'g. ,~· '" 2 0 I ~ \ 80' SCALE 40' WALL 3 PLAN VERTICAL SCALE a:, N IQ ~ '11 .... "' ... "' a:, N .... "' a:, w ...i "' w ...i w IQ "' .., ,., "' 0 .,; .,; "' ,... .... ,... "' "' "' ...i _j ...i w w w ,0 .... c:i a:, .., ...i w ,., .... .,; " "' ...i w .t:!Qli. 1. ELEV A TIONS SHOWN ARE AT IN ISHEO GRACE. BOTTOM OF WALL SHAL BE A MINIMUM OF 2' BELgw FIN1SH£0 RADE . END WALL .3 _ ... . STA 4•59.96 "' N .,; .... "' ...i w WALL 3 ELEV A TION CLEARFORK MAIN STREET BRIDGE SCAL E OESIC N(O EAST MSE WALL 3 ORM TEO FIL[ 6 E)(H·06.dgn STA IRWAY NOTES: 1. 9 EQUALLY SP ACED TR[1\0S; 1.5" X 1.5• SQ UAR E STEE L L -SIMPEO POST WBEDDED HI" DEPTH INTO RElAINll'fC WALL: SECURE IN WAL L W/ £POX Y; c,,sr 2.5" X 2.s· SOU ARE HOLE IN 'H AI.L CA P (TYP .) FIL L J\ND $EA L fOP 2. 10 EOUl.1..Ll' SPACED RISER S; 3 . SLOPE TRf.AO 1 /6" PER Foo r ro PROVID E POSITIVE DR "IN"GE ·., .... 2'',r 2" SQUARE __ / ST EE L TUBE HANDRAIL 2 " X 2" - ~.QUARE '\ IL .. D STE.EL HANO RAlt:\ :X "(TYP .) F '1 IA. ·'":' \~L / (TYP } a..,ij ?:. t .. I -r :_, ·t-:-• . . . I ~ I tr)" . ~ -~.o I ,.,._ I 4"~5·~··~--------·-~ .. ' ·-····l STEEL ENO f--~ P l.ATE 1.5" SQUARE POST HANDRAIL E~·JD r::iLATE HANDRAIL SIDE PLATE STAIR DE TAIL NTS CLEARF OR~< MAll'J STREET PEDESTRIAN PLAZ A ST AIR DETAIL 1.5 ', ! ! r·-CO NCRETE / s:O£WALK ,----SIDE OF COt.UMN ( TYP.) /---EN D P LA l[ // \. SID[ PLATE NO TES: ( 1) STAIR HA~iORAIL •~ATERlALS WELDS ANO rlNI SHES TO f.lAfCH PEDESTRIAN 8HIDCE HANDR AIL (2 } ArTACH EACH PLATE TO COLU MN S!DE II/ ,OUR 5 " X 3/8" GALVA l~llfD HE X -HEAD BOLTS EPOXYEO INTO 5• X S/B" HOLES IN COLUM N (.1 ) HANORA!LS ;\RE TO GE INSTAU.£0 ON BOT H SIDES OF STAIRWAY AN O AT 90TH STAIRWAY LOCAT IONS' !..' ,&N .U\i "iO. r ···w11H?Ufl BRIDGE ··········-········--······---··------------------------------- SEAT WALL RAIL DETA ILS TO MATCH PEDESTRIAN BR IDGE i~IIN D RAIL DETAI LS E:<C EPT : ( 1) OVERALL HEIGHl OF RAIL 2' -o • IN STEA D Of :r-4•, AN O (2) 4 "X 4 " POST W0E.0S t '-J " INTO SE AT W.t.lL A.S SHOWN , SECURE WIIH EPOXY #4 CLOS ED RECTANGUL AR LOOP REBAR SPACED @ 16" O .C . ·#5 REBAR X 9" REBAR DOWEL S PACED @ 24" O.C. SEAT WALL W/ RAILING DETAIL NTS CiT Y OF FORT WORTH i: ~~ JOO NO, f i WUff2C QA.TE CLEARFORK MAIi\! STREET BRIDGE SCM .. E 8 PEDESTRIAN PL AZ A ur OR>.f T(C SEAT WALL WI RAILING DETAIL N 0 u..J N C) w NOTES: ( 1) ALL PR ECAST C,~p JQ lf,ffS TO GE CON TINUOUS .3/8"; COLOR OF GRO UT TO MATCH COLOR OF PRECAST <:AP (2) LAYO UT AP PLIES TO BOTH EAST AND WEST PEDESTR IAN PLA ZAS i'll!ilFAEESE m-1 iNICHOLS ~1K'i ~1 !:1~bl'l'<Ol;,._,t<cl .. lut"o, ~•l• 100, i<.,•1 w,,.o,, ,i l ft;'•'Jl'}-46i~ r""~• -an, r.l~-,~Q r..,,., -IA17' 1 '.,~•71'11 ,v,ti 4 ,••.f,u::&t1-.c•"1'\ CLE ARFORK MAI I\J STREET BRIDGE PED ESTR IAN PL AZA SEAT WALL W/ RAILING CAP JOINT AND RAIL POST LAYOUT DETAIL o?.AFrro l======-===========l • ~------l---~•I I SITE ACCE SS NOTES l Tt-C SE AC CESS PLANS AR[ ld[tuEO 10 PROVI)( Aoot110NAL G(N[HAL H"ORMAION RELAIEO TO SU[ ACCESS. AS PART Of 111[ MEANS AN[) WCTHOOS Of CONS IRUCll()fj. CONTRACTOR IS RESPONStil[ FUR OET[H........C: THE SP(CFIC ROADWAY MPROVEWCNlS FOR DCUV[MN;; YAI ERIALS Afr«) [OUl'W[Nf TO THE 511[. 2 . SU[ ACCESS IS POSStil[ AT ttOIH Sl>l.5 Of It£ R1V[R. ON H£ WEST SI)(. AN [XJS IN:i HAll. ROAD CAN 8£ USED 10 O(UV[R [QlFMCNT ANO WA T[RlALS. ON 1 HE [AST SIOE, SIT[ ACCESS rs POSSIBL E B£1W[[N [XISIN:: ROW LNE ON H£ SOU TH SI)£ At«l TH£ PROPQS[I) 1€W ..SC R[l.u.«. WALL FOR THE ROAOWAT . l . EX.ISIN'.; HAU. ROAD SHALL Bl WAINIA»rtl.0 ... HS PRESENT CONOITIOH THMOUGHOU r CUNSIRUC:TION 10 THC SAUSFACIION Of IHC L ANOOWNlR , COWARDS CER(N L lD IK[N DAVIS Al 811 ·694 ·3042) AND 100 U€RCY IWI.L Wf610H Al 817 ·185-l-4861. 4 . CONlH ACTOH MUST 061 .V. A UTTER OF W""'T[NANCC ACRE[M(Nl WIIH lllO. COtfl ACI WLL Wl610N AT 117 ·18S·l486. ). CONIRAClOH tr.lUSI oe,.-... A u.-.ORARY CONSIRUCIION EASUtl[NI fHO.. EDWARDS GEREN LID PRIOR TO CONSTRUCTION. ti. ROADWAY a.lPHOVEll€NTS AH( Sl.A:ISID&ANT JO 1t£ PROJECT . .,.... --- I I 8 ! I .. 1-------------~s CITY OF l'OR.T WOK.TH, TI!XAS ji TRANSPOII.TATION AND PUBUC WOii.KS im TRANSPORTATION PROGRAMMING & CAPITAL Pll.OJECTS DIVISION CLBAII.FOII.K MAIN STK1lB'J' Bll.lOOB Z FKOM CUIAllFOll MAIN STKlilIT ~ .... . ,, ro HllLl!N snmrr ~ ~!f,_ -~:. I , I 11 di .. FREESE IIIICIIOLS 40!l!t ~,._....,.Pla,o. S... 200 fo,I Wc.-11\.TI 71U)9••Ul9) ""-• • 111111 7lS·1JOO ru•. 181711.)!l.-7491 .......... -.,- ~TE ACCESS NO TES CA 1 rLLGUARO CMOS5'NG 2 . DIP IN MOAU -WAY N([O 10 ().CA.,,Al [ AN [5 riwA T[D 1!:10 CUfllC YDS 10 UVCL ROAD. J . TOH CUR\/[ • M AY NE[O 10 R[l,40\1[ [S11MA1[D J~O SOUAR[ YOS Of TR[[S ANO WIDEN RO ADWAY . '4 . l lGHI CUHV[ • MA Y fll...[0 10 RlMOV( [SllM ... lC.O 200 SQUARE YDS OF TR EES A1'0 WIOEN RO AOW AT . fll\ls.t-o«:>o..s..-:. llHI •asTL•o O.C.:( .... ,_ , H U UJ ~----------------lg CITY O F FOII.T WOii.TH, Tl!XAS iii: TRANSPOllTATION AND PUBUC WO.l.lKS m ' __ TllAN __ sPO_ll_T_A_T_IO_N_P_R!_OG_RAMMIN ___ o_~;~ ,... & CAPITAL PIWJF.CTS DIVISION : CLHAllFOll MAIN STIWBT BIUDGB Z FKOM CUlAJlFORJC MAJN ST&JllIT ~ ~----ro __ HUU1N ___ sTIU11IT ______ --1~ ACCESS PLAN i5 ~---~-.. -.. -'.SHliBT_.;..;;;;;:;.;;...;;2..;;Ul'-'---4---~---l! O(Sl('M(O; .A._N --... DA 1£: StLLI OAA-OJI f '•lOO' f'(akUARl' / 2010 •• IY I&/ • I 11 I=;:;:;=======~-~====;=:~ i l--'--1-',-1---------+--•I .. ~ 4M~~ ........ PID,o.~ZOO fo,I W•lh. 11 1110l·48IO ,..,_. -11111 7 3)-)JOO r-. ,a,111.1:,-101 ........ 1,_..c_ SITE ACC ESS NOTES 0tP IN HO;J) -WA Y N[[O 10 FILL WIIH [SI M"TED 225 CUBtC YOS OF FLL. 2. CATTLEGUARO CROSS...C J . OtP IN ROAD -WA Y H[[O ro nu WIIH [51MAT[O 500 CutOC YDS Of fLL. 4 . CORR UCAl (D MClAL CUlV[RI PP[ • MAY !£ED 10 REMOV E F CAN'l SUPPORT LOAO Afrr() REPLACE WITH CONCRETE PIPE. 5 . ovnuw.aGN:. TREES • WA Y frL[O TO TRIM TREES ADD Cll.V(RTS AS NE CE SSARY FOR LOCAL DRAINAGE: . w 1----------------18 CITY OF FOII.T WOii.TH. Tl!XAS iii: TllANSPOllTATION AND PUBUC WO.RU ~ TllANSPOllTATION PROGllAMMING ! & CAPITAL PllOJECTS DIVJSION 1----------I CLl!A.Rl'Oll MAIN STlU!BT B1UDGB Z FROM CLllAIU'Oll MAIN STKlllIT i TO HlJLIIN SDl!BT g ~?~:: .... ~:., I ~------------------------------------~--:---""'T"----AEREVISIOHBiiiiiiiiiG--1. 1.!..1.Q.J__ __ ---_-+-M-----1. i SITE ACCES S NOTES POSSl:tL( snc ACC LSS e(l W[(N R.O * lK At() PftOPQS(D wsr REl A..«; WA LL. POSS UL[ NE W ACCESS ROAD BCl •ECN SIi l ANO [XlSHNC HA.Lt. ROAD. MA Y t,££0 TO INST ALL A CA T[ AT EXIS INC r[NC[ ALONC EXIS TING HAI.A. ROAD . COH f ACT KE N DA VIS Of CO WARDS CCR(N LJO. AT 8 17 -69'4 ·J04 2 FOR CA TE ANO fEt«:E NEEDS . flltl!,I. -,C:IQ ~ IIC l(IUI ) ... ,l.lJ ~(-·-f J OU w 1-----------------1 8 C ITY OP FOa.T w o a.nt. TEXAS a: TRANSPOllTATION AND PUBUC WOllll m ' __ TRAN __ s_PO_ll_T_A_n_o_N_P_R!_OG_RAMMIN ___ a_-l m -& CAPITAL PllOJECTS DIVISION Ii; CLRARFOll MAIN STIUlBT BRIDGE Z fllOM CLl!AltFORlC MAIN STILBba i 1------TO_HllLIIN ___ STI.IIIIT ______ ----J ~ ACCESS PLAN ~... ! .... ,., d SHBl!T4 of4 OAll; rtlllllUAltf / 2010 ADDENDUM NO 3 CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CLEARFORK MAIN STREET BRIDGE PAVING, DRAINAGE, AND BRIDGE IMPROVEMENTS City Project No. 00107 TPW Project No. C295-541200-303230010783 C221-541200-303230010783 Addendum No. 3. Issue Date: April 23, 2010 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this Addendum by signing in the space provided below and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS & CONTRACT DOCUMENTS: 1-BID PROPOSAL A. As stated in Addendum 2, the submitted hard (paper) copy of the bid forms and bid summary page will be used for official bidding purposes . However, the CD containing the electronic copy of the bid forms must be submitted to the Transportation and Public Works Department (Leon Wilson), 2nd Floor City Hall by 5:00 pm, Monday, May 3, 2010. 8. Paving Bid Item 007. Remove description "Chain Link Fence· C. Paving Bid Item 031. Replace 810-00128 with 810-00126 Fence-Install (barb wire-match existing). Quantity remains the same. D. The Paving bid proposal has been revised so that the items total correctly. 2-SPECIAL SPECIFICATIONS A. Spec for Item 427 (modified) Section 427 .3 F shall be replaced with the following: Form Liners. Provide the following form liner for use in construction of cast-in-place concrete and concrete MSE panels, including mock-ups, detailed in the Plans: Symons "Fractured Concrete, P/C 3170533 Elasto-Tex" or equivalent form liner as reviewed and approved in writing by Engineer. The same manufacturer and model form liner shall be used for all cast-in-place concrete and MSE panels, including mock-ups. Use only form liners that provide a clean release from the concrete surface without pulling, breaking, staining, or otherwise damaging the finish of the textured concrete. Contractor is required to obtain Engineer's review and written acceptance of Contractor's finished mock-up panels before beginning construction of cast-in-place concrete work and concrete MSE panel work, including fabrication of forms for such construction. The accepted mock-up panel (with applied color stain and anti-graffiti coating) will serve as the basis for Engineer's acceptance or rejection of constructed cast-in-place concrete and MSE wall finishes. 8 . Special Specification for 2" Seed Injected Blankets. Section 00211. 7 A should read "Installation of Compost Blankets and Filtrexx Products may be purchased from the following Certified Installers or approved equal:" 3-CLARIFICATIONS Addendum No. 3, Page 1 ADDENDUM NO 3 A. Sheets 110 and 111 . Note 1. 6 .5 If/SF in slab sheets is an approximate way to quantify rebars , wh ich is not a pay item. B . Contractor should antic ipate using the haul road for all access to the site on the west side . The new Edwards Ranch Road will likely not be available for construction traffic. C . Paving Bid Item 071-Haul off excess material from existing stockpiles. The material must be hauled off s ite and disposed of properly. The existing stockpiles are shown on Sheet 5 and on th e haul road plans in Addendum No . 2 D. The brick pavers in the roadway require lime stabilization , but the brick pavers in the median do not require lime stabilization. The quantities in the bid proposal reflect these details . E. Sheet 42 , Note 4 . The "Architectural Detail Sheets" include the pedestrian plaza detai ls (Sheet 34) and the mock-up detail sheet (35A). Details on these sheets have now been modified per Figures 10 and 11 . F. MSE panel size of 5 ft x 10 ft is not perm itted . G. MSE Corner panels: Mitered corner joi nts are not permitted. H. Actual MSE joints shall be h idden from view as shown on Sheet 35A and Figure 10. 4-SHEETS A. Sheet 35A: Remove Details 2 and 5. Details 1, 3 , and 4 are revised per Figure 10. B: Actual MSE wall panel dimensions and cast-in-place concrete joint dimensions equal those shown on the Mock-Up Details. However, the vertical formed joints are now continuous instead of offset. See Fig u re 10. C. Sheets 34, 42, 43 , and 45 . Details regarding arrangement of vertical MSE panel joints and MSE corner panels are revised per Figure 11. D. Sheet 45 . The General Notes sixth pa ragraph shall read: Standard precast concrete panels shall have a nom in al he ight of 2' -6", a nominal length of 6', a nd a nominal surface area of 15 sq ft . Minimum pa ne l thickness shall be 5". Panels shall be arranged to provide continuous horizontal (level) j o ints and continuous vertical (plumb) joints. E. Sheet 14. The Detail for the brick pavers is shown on Page 19 F. Sheets 34 , 84 and 91. The spacing and arrangement of the horizontal formed joints for the cast-in-place bents remain the same as shown on Sheets 34 , 84, and 91 . However, the vertical formed joints are now continuous instead of offset. See Figure 12 . G. Sheet 66. Revise note 2 to read as follows: 2 . ACB shall have "Southwest Buff" integral color. Federal Standard 5959 Color No . 33522 Tan is an approximate match to "Southwest Buff" produced by W.R.Grace & Company using Davis Colors TM for TXI North Texas Ready Mix . Information concerning this color may be obtained by contacting Richard Follette (W.R.Grace & Company) at 504-465-9057 or Richard .d.follette@grace .com . Contractor shall submit a sample to engineer for review and written approval before use on the project. Addendum No. 3, Page 2 , 1 ADDENDUM NO 3 All other provisions of the contract documents , plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Addendum No. 3, Page 3 MSE WALL MOCK-UP r0 I i--- FINISHED GRADE UN DISTUR BED\j COMPACTED SU BGRADE 11 1 .:I I ·'"···· \]J I 10'-Q" ···11 rn I i !U_i. ·.. 11 1,11 _!I - 111 11 1 6'-Q" '1· ,·I l 1i 1,1 _ ' I ........ ,! ' I I 3'-0" 3'-0" CAST-IN-PLACE CONCRETE MOCK-UP 7 6" 1>-o" I I 10·-o" 6'-o " i 2'-0"~ I . ~lfl I Ii i __ ,!_L 11 1 q 3'-o" 2·-0" ----~ 6" tO I N ' ~ st I r0 I Li) INTERIOR REINFOR CING AS SPECIFIED BY PANEL MANUFACTURER 4 "X 4 "X1 0' WIDE FLANGE POST SECURELY FASTEN EACH PANEL TO POST AS SPECIF IED BY MANUFACTURER (AT A MINI MUM OF FOUR POINTS AT BACK OF PANEL ANO NOT VISIBLE AT FRONT OF PANEL) Q,4 CONTINUOUS HORIZONTAL REBAR 8-N4 L -SHA PED REBAR ,r-UN DISTU RB ED\ / COMPACT ED SUBG RADE -CENTERED ABO UT POST g" TI ----~-- l~E~~fc1:if6NF~R~:E~ MANUFACTURER IAATCH GAP WI DTH ON OPPO SITE SIDE OF JOINT W/ ~- DEPTH JOINT ON THIS SIDE MSE WALL JOINT t'\ll!IIF REESE tar l ~NICHOLS ~0 55 1r:t or ~atio,.,cl ?iozo. S.;it• 200 :art Wort!':, TX 7 6 109 · 4!t95 ~!'Ont · \!'!17 ) 1 J5· 7300 ,.,., -(8171735 ·7'-91 ,•:et, -www .lr e •a 1.com FINIS HED GR ADE 6'-0" ' ~ I N tO I N ==:====== ==---- / CONTINUOUS PAO AS SPECIFIED BY PANEL MANU FAC TURER SMOOTH SURF'-CE CITY OF FO iH WORTH CLEARFORK MA IN STREET BRIDGE CAST-IN-PLACE CONCR ETE AND MSE PANEL WALL MOCK UP DETAILS L-SHAPED #4 REBAR SPACED @ g" o.c . -3-#4 HORIZON TAL REBAR SPACED 0 16" o.c. FS.N J09 NO. l=i \\'0 82.00 DATE APR1 2 10 SC ALE 1'T5 DES IGNED QT 10 DR AF TE D F1C:.JR E l.~L M FIL E 3.F!L[S I 2'-6" HEIGHT X 5'-10-1/2" LENGTH L -SHAPEO CORNER ""'" (Ne.) \ FINISHED GRADE VARI ES (SE E PLANS) ALIGN TOP OF FU LL HEIGHT MS( PANEL W/ TO P OF BRI DGE ABUTMENT CAP \ :~~>===ll===ii== 13 FULL MSE PANELS EO 1 Wa ll Fa c e o f Ab u tm e nt L----------, -----------TRAFFIC RAIL 2 ' -6" HEIGHT X 6' -0" LENGTH WALL PANELS (TYP .} HE IGHT Of WALL VA RIES (SEE PLANS) EO I COPING ---------t===1r=~~=~=~S =se==s~==J===1 ------ALIGN ALL HORIZONTAL JOINTS ON ----- ' ABUTMENT SIDE WALLS W/ HORIZONTAL JOINTS ON ABUTMENT FACE WALL -i--------2'-6" HEIGHT X 5'-10-1/2" =,i==ii====li=="4i==-=i;===l LENGTH L -SHAPED CORNER PANELS {TYP .} ---+---+-------2 '-6" HEIGHT X 6'-0" LENGTH WALL PANELS (TYP.} ----------FINISHED GRADE AND BOTIOM OF 'NALL VARIE S (SEE PLANS) ------------- Wall Left Side of Abutm en t Wa ll Right Sid e of Abutment NOTES : (I } ALL MSE PA NELS SHALL BE AR RANGED IN A GRID PATIERN WITH CONTINUOUS VERTI CAL (PLUMB) AN D CONTINU OUS HOR IZON TAL (LEV EL) JOI NTS (2 ) NOMINAL SIZE OF ALL MS E PANELS IS 2 '-6" HEIGHT X 6'-0" LE NGTH (3) ALL MSE WALL CORNER PANELS SHALL BE L-SHAPED PANELS (MITERED CORNERS SHALL NOT BE ALLOWED) (4) ACTUAL MSE JOINTS SHA LL BE HIDDEN FROM VIEW AS SHOWN ON FIGURE 10 (5) CONTRACTOR SH ALL SUBMIT MSE CAST ING DRAWINGS, CONSTRUCTION DRAWINGS, ANO DES IGN CALCULATIONS BEARING TH E SEAL OF A LIC ENSED PROFESSIONAL ENG INEER FOR REVI EW AND APPROVAL BY EN GI NEER. MSE WALL CORNER PANEL (TYP} MS E Corn e r P a n e l Isomet r ic View II FREESE • ~NICHOLS 4 C!:5 ;"'t er,.ctiorto!Pl:i ,:o. Suite :wo r"ort 'Ncdr,, Tl( 761C9·4 695 PhoM · {8 11} 7J 5· 7)00 r o• • cs r 11 7 J S· H91 Weo -..... /roeu.com CIT Y OF FORT WO RTH CLEARFORK MAIN STREET BRIDGE MSE WALL PANE L ARR ANGEM ENT APR I SC ALE NTS 11 DESIGNED OT DRAF TED MLM F IGU RE FU 1i=!L£~1 ·1N!S H - ,3EE ,•\J\NS ) -n SMOOTH SURFAC 3'' ;---l Bent Elevation -Typical FORM LINER SURFACE SMOOTH \\ SUR FAC E -\Y ,, '! '' ',, '2-i. Ycz_ Ho ri zontal J o in t Detail Vert ic al J oint Detail rW!!aFREESE ea·UliNICHOLS 405'5 1,,t l!,.,ot!on:,IPl(I HI , !'!ui le 200 •ort Wor t"· JX 76 10 9·41!95 Pnone · (tl17l 7J 5 ·1JCO r al(. :a1t 1 n 5 ·/41J1 W•b · www .frcsH ,COffl CAST-IN-PLACE BEN T " " /, /, > FORMED HORIZON TAL JOINT Plan View CI TY OF FORT WO R TH CL EAR F ORK MAIN STR EET CAS T -IN-PLAC E CONCR ETE SENT FORMED JOIN T DETAIL DA TE BRI DGE .:.P RIL 20 10 SC ALE ~TS OES!GNEC DT DRAF TED UL!.A FIL E 12 FIG UR E SF"ILE.S I FORT WORTH SPECIFICATIONS AND CONTRACT DOCUMENTS FOR CLEARFORK MAIN STREET BRIDGE Michael J. Moncrief Mayor CITY PROJECT No. 00107 INTERNAL No. 5950 TPW No. C221-541200-30323 00107 83 C295-541200-30323 00107 83 FEBRUARY 2010 William A. Verkest, P .E . Dale A. Fisseler, P .E. City Manager D i rector , Transportation and Public Works Department S. Frank Crumb , P.E. Director, Water Department Richard Zavala Director, Parks and Community Services Department PREPARED FOR: The City of Fort Worth FREESE AND NICHOLS, INC TBPE REG #F-2144 FR EES AND NI CHO L S , INC. TEXAS REGISTERED ENGIN EER IN G F IRM F -2144 --...... -...... -...... -------------------------------------------------------, ' ' ' ' ' ' , ' ' , ' ' ' \ ' ' ' \ ' ' DREW 8 LT - SECTION 2 -FRONT END DOCUMENTS 2.1 TABLE OF CONTENTS 2.2 NOTICE TO BIDDERS 2.3 COMPREHENSIVE NOTICE TO BIDDERS 2.4 SPECIAL INSTRUCTION TO BIDDERS TABLE OF CONTENTS 1 -Project Information ~ 1.1 -Title Page MS-Word ~ 1.2 -Location Maps pdf 2 -Front End Documents 2.1 -Table of Contents MS-Word ~ 2.2 -Notice to Bidders MS-Word ~ 2.3 -Comprehensive Notice MS-Word to Bidders 0 2.4 -Special Instructions to pdf Bidders (water-sewer) ~ 2.5 -Special Instruction to pdf Bidders (paving-drainage) 0 2.6 -Detailed Project MS-Word Specifications (no drawings provided) 3 -MWBE Documentation ~ 3.1 -MWBE Special pdf Instructions ~ 3.2-MWBE pdf Subcontractors/Suppliers Utilization Form ~ 3.3 -MWBE Prime Contractor pdf Waiver ~ 3.4 -MWBE Good Faith Effort pdf ~ 3.5 -MWBE Joint Venture pdf 4 -Bid Package ~ 4.1 -Bid Proposal Cover & pdf Signature Sheets ~ 4.2 -Bid Proposal(s) MS-Excel 0 4.3 -Green Cement Policy MS-Word Compliance Statement ~ 4.4 -Bid Schedule pdf ~ 4.5 -Vendor Compliance to pdf State Law 0 4.6 -List of Fittings pdf ~ 4.7 -Addenda Index and pdf Receipt 5 -General and Special Conditions ~ 5.1 -Part C General pdf Conditions (water -sewer) ~ 5.2 -Supplementary pdf Conditions to Part C (water - sewer) 0 5.3 -Part D -Special MS-Word Conditions (water -sewer) 0 5.4 -Part DA -Additional MS-Word Special Condition (water - sewer) 0 5.5 -Part E Specifications pdf ~ 5.6 -Special Provisions (paving -drainage) ~ 5. 7 -Wage Rates Pdf Rev 2-2-10 City of Fort Worth Subcontractors/Suppliers Utilization Form ATIACHMENT 1A Page 1 of 4 PRIME COMPANY NAME: Check applicable block to describe prime /0/f/ NON-M/W/DBE City's M/WBE Project Goal: Prime's M/WBE Project Utilization: 2.-3 % 23..:3 % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications . The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications M/WBEs listed toward meeting the project goal must be located in the nine (9) county -marketplace or currently doing business in the marketplac~ at the time of bid. Marketplace is the geographic area of Tarrant , Parker. Johnson, Collin , Dallas, Denton , Ellis , Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 151 tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized , the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the fees and commissions earned by the M/WBE as outlined in the lease agreement. Rev . 5/30/03 ., . I ~ ATIACHMENT 1A Page 2 of4 Primes are requ ired to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. N Certification 0 SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax ~-.(ch_eck~on"T"e_) -=-1 n· T N T I e M W C X M r B B T D W t !7£X 4S £ I.J/ll/2.i71.l j17 ~,,,7A L I . /17-411./ ,rGe p, ~ tv '1"' ·fo, 6c'f-31,,9 ~ ..Tu ,;.,t.; n 1 T /.. 7(;,;i_'f7 '\'\ . , 'i v -6 /t-'6 • 3bl.f 0 °l'f0-6Cf8 -J'+o7 ~l..DC Sr.r.yrn o v.r tlw Y· W: c...h .'+"' F .... ll s T i,c 7 b3 /0 J "f '+O-b"r /-J/0 5' 'l '+O· ~1,.,..• ~7 1 7 '.:7 'CtJ/.11vt/M J /?,/f/t c {tN~ / /J 'l vJ. ~es~m ~ l'le.. 5-r ~ , F,)'(-t-vJo<t h.1 TY-7IPIJO ~\ 't it -ff J...i./--!f-)J... + g,, -~"'-i.. -.;i. 1 :i-5 ,,-ll {2)} /;.L [CJ/ZIC. CO ~ i,.;. • . ~\ 1 .. P o. 6D-;. :i._1::,g(./j . ~ h,..-t-Wor-rl, Tx 7b/;l.k. I g17-1f if-:)-Ow1D '81 1-4-lf-)-00/8 E E R O B C T .E A X X X X IX. Detail Subcontracting Work s [. /; 0 JI',) G, fe. (}IZ.3 7r2_ I'! ;..,I ;ZA I/.. 5 /: ,4 i W 4 LL_ · P .. ~ 11.. .s i A I fZ t.JA 'f {(J/ iL!III G 7'!2.1//r IC {'C?d 'T(Zt) L ru,1r1c.. 51 G/?/-4 L .S Detail Supplies Purchased Dollar Amount t U/ I --:, '"' /7/~~..;;,.f ?J Rev. 5/30/03 j . I foRTWORTH --.,..-- ATTACHMENT 1A Page 2 of4 Primes are required to identify fil subcontractors/suppliers, regardless of status; i.e ., Minority , Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification (check one) SUBCONTRACTOR/SUPPLIER T~~~~-n Company Name I N T N 0 Address e M W C X M 8 8 T D W Telephone/Fax r R o e E E ,:::-l(G · f .llJJJ,J//JG I J.:321 C [.J)A e G R.oV ! OR. ~ (}IJLL,fS1 7 Y 7.:iZ 'I( &,1J 3?6 -/t?l6 (J.Jt/) 3 76 -isL/7 .,rt. Pll!6JJ~/'l." 7tfJJIJJ'/10/Z.1/J 7 IOP 2. 23.JZ tf!Z J/JlL Pf?-...-t /'tJJl1 1,)0£711_; 7Y 7/; Ill (go) tftf,;oo o ('2 n ) Jot/ -J/ s 6..3 C0#7i..4C'f l r'(:, s .z i< ;)IC.<!~ )S t o :::Sl U 1MK $1 f fJ;vp /';U!~I~ iX 75o.52- (") ;;/} J"9i -J Y'-1 u \ ....... ..,,, . 7 C T E A X X X X X X Detail Subcontracting Work fl St. /< [ 14 J;.,;i ,., :~ /1/ •• li..t..,' f l/1,J[ i..S c o f? J #G, f1,,J J ,;,J 7 ;;.,G, IA1,.c111 -~RJ/!1TJ Detail Supplies Purchased (1 S t fl.. E.1..41:.Jt/..JG ?J,4 U-1 · ( .~ L.f'-, (3,Ac.f.flt.'. ... '-' .. J-1 Jl t,,/t_ /2 .. i..f} 1 i?'J , y £ fl .E t .v fl Ft,n e r;ci:. S ..ll v .o f L. i ( .f3 .;J.H .. /2.£ j./.,;foec ;,.;G, s-r :.. f... L ;co£.. f' ,!/ I It-' c, ~ r-..._ Dollar Amount J_'.S.5. ! !//, :_? l , I/. Rev. 5/30/03 .. I FoRTWORTH --..,.,-- ATTACHMENT1A Page 3 of4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE finns first, use additional sheets if necessary. N Certification · 0 SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax (check one) ··n T N T /' Detail ~ M w c · X M Subcontracting Work r B B T D .,Y"t E E R O ·s ;rxJ_ ( /'31-f-l vJ .. Mt:d<.;Jb;r~ Ll'I, Do, I /a. SJ !/. 7 5 .:l....'-t'"l · g 7 ~ -blfr-Jts-~ ci 7 do--I;'+ 7-37 ~5 {3 ft,; If. (cNv cru r ! I t,;oeK.S fJ D. I) DX. '7 OD .J..S D S .:t. Y'\ An t of\:.:i,D 7t~7o ::a.t O -'+'l'7-377 J -i,1)-'+'l 7 -38"'10 SE.!S 1P1t c. ,1=11.1E.((r,; r f? £.~Ovc 7..S 1,j~ SI g Pr u_j (l!!Sj Wtt.y A-,i..'n~VI s J Ty. 7S'?S I 'to3-l#7;-... gs11 901-b7; -J''i'f3 (p ~ T /-l!~11~;1 y "1.l.0 vi. Wi'n+er_,feef\ H"'r~;~s,Tx: 7S't'-f/ q7;}...-J.l.s-1b<.:,o 'ff"J--:2. "L .5" -" "' ' 2.... {tl/.l..SOL /0,4 1rZCJ / 5 't'S ii ;"'I.S ~'1'10 Ten, Te'(. BI vd, '~ef-<"~ll 1 T)( '7 ~ 1 /oO (:i.1Lt) 81&'-L.fbOC> 'i? o ::, • '7 'f!f -lo oro f Rasrtc-r STc{r_ c~ ) ~~ 'B<roci fo1uc...'n iklV\ P;ke Litt-I 12. ·Reid<.. AR 7 2.~0b ~ so, -'f-90-..1-ioo S"o 1 -"+4 0-oD'l. 1.... C T .E A X X X X X Detail Supplies Purchased ;-... ..,,v~ t «'i~--- £ L 4 S TO('lt'(Z.I ~ f.:3 £4 R tr.JGS p E~ fl7 .JIµ £,,/i fr, i-14l {)!Ci:.. I ;.IC, STR.wc..r~R.I? ~ S T£cL. Dollar Amount Rev. 5/30/03 .. I FoRTWORTH ~ ATIACHMENT 1A Page 3 of4 Primes are required to identify ALL subcontradors/suppliers, regardless of status; i.e., Minority, Women and non-M/\IVBEs. Please list M/WBE firms first, use additional sheets if necessary. :N Certification ,0 SUBCONTRACTOR/SUPPLIER ri---~(c_he_ck~o~ne_)----t {~· Company Name I W ~ ~ .;, Subcon::~g Work Address e M · h e/F B B T D i \11 Telep on ax r E E R O · B C T ·e A' c.eo.ss t oA/JS I L , f1 I S" 0 I :l. D'1t. v i'c:l. Str i'-\<l~..._cl ~ rt)(~ VJoT+ h JI~ 7 b 1/ 9 1?1'1 • 1 S'9 -11 'i 't fr1'7-7S'7 • 1135 f) YAJ/l),4G J 2~00 N, Ht./J y, .i'l7) Sh!./Dfo Mern~+:e /J 1 1 )£. '7-bOI::,':) 8'17 -If-7 3 -t. I I:. I 'tll -if 1 3 -/ '1 ~ 3 -:::rl/c)(Soµ Co N5rf?IK7tc?V 1 5 l I ;>.. S' i.t I\ \)4t I \e 1 D, Fo r +-Wor t~ "T ,-·7l:, / J't ?/7 -5 7 ;t-:-33 0 3 f{/7-'t7i?-o +<+-3 7"£,(4-S {'0 1.;cf .€7E cc:, / J f.D. /!)oi J 07 0 ~ \) ; c.f-of'ia. _.T )l ,6Db J 3 6 J -~7)-', I '+S 3 ~t ;..~-7~ • S! SCf ; I K f ;1 //L/11 t,,,.,... (7 A {l /(/;,1r;_s I ..SI G /VS X p,u11tvAGE • I ( () NC.t.Ci"£. PA i/l .o..t. £xc=.,fv~ .,,.;,;.) £ 11113;f ,;,1 J:."1 E ;.Jr Detail Supplies Purchased f f.e-ST ffZ ~•O CoJ.Jc.tz~r~ /3 e,1 /Tl .5 Dollar Amount 1---------------------t--------jf--------+--------, ;.. Rev. 5/30/03 FORT WORTH ~ Total Dollar Amount of M/WBE Subcontractors/Suppliers Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ $ ATTACHMENT 1A Page 4 of 4 ~/ 2 7 ~ '19 /,J'.3 ~ 93..s; 971, I/? TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ i; ~u ~ J/P,:3 J The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination . By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment .from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements . Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offerer and barred from participating in City work for a period of time not less than one ( 1) year. · r AuU.oriadSlgM~uli:.. C,/. o. Title CRAJcR (J ct:? ,,v.; m w c. r 1.:, ~ con/? ..t ,'I~ Jlf) c. Company Name Address City/State/Zip Printed Signature Contact Name/Title (if different) .f.!22 ~?~-m, (91i) ~ 11-f"l'5? l&ph~ne and/or Fax f /11 J/le,. FP Co11c/,o, II ef E-mail Address Date fM Rev. 5/30/03 / \ TO: The Purchasing Department City of Fort Worth, Texas FOR: Clearfork Main Street Bridge City Project No.: UNITS/SECTIONS : UNIT I -PAVING UNIT II -DRAINAGE UNIT III -BRIDGE 00107 UNIT IV -PEDESTRIAN BRIDGE PROPOSAL UNIT V -CONDUIT AND TRAFFIC SIGNALS Fort Worth, Texas 3/3/2010 Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director, Water Department of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the City Council and required by this project, the bidder is bound to execute a contract and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment Bond approved by the City of Fort Worth for performing and completing said work within the time stated for the following sums, to wit: Total quantities given in the bid proposal may not reflect actual quantities , by represent the best accuracy based on a reasonable effort of investigation; however, they are given for the purpose of bidding on and awarding the contract. Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid for all Units/Sections. Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security in the amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for the delay and additional work caused thereby. If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least one set of the General Contract Documents and General or Special Specifications for Projects, and that they have thoroughly read and completely understand all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The undersigned assured that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction with ten ( 10) calendar days after issue of the work order and to complete the contract within 500 calendar days after beginning construction as set forth in the written work order to be furnished by the Owner. (Circle and complete A or B below, as applicable) A. The principal place of business of our company is in the State of _______ _ 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. b . Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. The principal place of business of our company or our parent company or majority owner is in the State of Texas. Receipt is acknowledged of the following addenda: Addendum No. 1 : IYJ Ait<.,1.4 -z "1. U> 10 Addendum No. 2 : --,4?.--~-~-z.o~-"k_,Q~, o'---- Addendum No. 3: ~A.;...(}_~_---=1,'--~~-"2-_,o=-1...,0,...._ __ Addendum No. 4: -----------Addendum No. 5: -----------Addendum No . 6 : ----------- Respectfull~~ By:~ eo Fw..6,t.((, a.. Title: Ptter..c..O~ Company: ~u+Q Ct1snw.c.:no,.J G-mPAN .,-1-,.JG. -Address: lC}l, --h\l~,t...l'll~""TIOlll~c.. ~•rro T"" . 1n42- Date: City of Fort Worth ,,.,.... ..._, wn.sON Project 00107 -CLEARFORK MAIN STREET BRIDGE Unlt/9ectlon: CONDUIT AND TRAFFIC SIGNALS C298 303230010783 -'12012010 Clly"-0 107 Bid Items I 1 12 13 •• 15 11 1 11 1 0 1 • 1 3 • 11 I .0 1225 C C C c- c --: ,. .. .,_ __ ,...,c,w-11,,...,~--,....11111-. --bldlo......,_, __ c_, Prlnl_oullrnl! _ _.o1 ... -.... ,40 ------,40 3• _., --c--- ·-DOI( ISILJd--·Sfflll --.... ,-& NIAmt-ntal , .. , __ _ ,..,.,.,_ bVCllv- You may now Nlbmll Na bid •• fl-_., _ ... ,_ ..,c..,__ ------_ ... -& --•-1..-----,ternow I A.. 1••lnltll w Cllv-·~-av •lrlllll 4W X H.X 4'D c----1.t "'"rv1r. CJNl Utr~~~, Cabfe.. leotric:111 -lnlul ,,-, ...... r.11fvtrized st.el Frtnchlse Unltof ....... ... ... u-... u-... ... ... -... ... u-... Eac ~ 1JD,D0 195.00 205.00 11 5.00 4 .00 O.oo o.oo 1 ,s .oo 1.00 .00 .00 .00 ,00 .00 .00 ,00 .00 .00 .00 .00 .oo .00 .00 .00 .00 .oo l ~.00 100.oo Total Bid Thl9 Unit Your Unit Price •1 00.00 .00 • 1 • 000 , 000.00 ... M 0.00 Your Bid ·"" •1 ·"" .oo S3 .00 00.00 11 i •1 ,00 00.00 >M,U<J 000.00 11 .00 .00 •1 .00 .00 ,00 11 .00 ,00 10 000 .oo 11.000 .00 .oo ""00.00 l 107 ,7N .OO Bid Summary UNIT I: PAVING TOTAL AMOUNT BID UNIT I UNIT II: DRAINAGE TOTAL AMOUNT BID UNIT II $ o )7. 91(p , Oo ' UNIT Ill: BRIDGE TOTAL AMOUNT BID UNIT Ill UNIT IV: PEDESTRIAN BRIDGE TOTAL AMOUNT BID UNIT IV UNIT V: CONDUIT AND TRAFFIC SIGNALS TOTAL AMOUNT BID UNIT V TOTAL VENDOR COMPLIANCE TO STATE LAW The 1985 Session of the Texas Legislature passed House Bill 620 relative to 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 of the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a nonresident bidder in order to obtain a comparable contract in the State in which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or nonresident bidders in order for your bid to meet specifications. The failure of out-of-state or nonresident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident vendors in (give State), 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 vendors in (give State), our principal place of business, are not required to underbid resident bidders. B. Our principal place of business or corporate offices are in the State of Texas. ~ BIDDER: CaJ WJ,Ql, J~IJIM.c..n• .l C~, 4 N t, ""L c.. Company Address City/State/Zip By : CD ~~lu.G.-1-+"1"" Ja.. (Please print) Signature: ~ Title: f JUSC.~OW\ -~------------(PI ease print) THIS FORM MUST BE RETURNED WITH YOUR QUOTATION Addenda Number ADDENDA INDEX AND RECEIPT Date Receipt - .... - SECTION 5 -GENERAL AND SPECIAL CONDITIONS 5.1 . PART C -GENERAL CONDITIONS 5.2 SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS 5.3 SPECIAL PROVISIONS (PAVING-DRAINAGE) 5.4 SPECIAL PROVISIONS (BRIDGE) 5.5 SPECIAL SPEC -GEOTEXTILE SLOPE PROTECTION 5.6 SPECIAL SPEC -ARTICULATING CONCRETE BLOCK 5.7 SPECIAL SPEC-COMPACTED FILL FOR LEVEE 5.8 SPECIAL SPEC-SITE BOLLARDS 5.9 SPECIAL SPEC ITEM 427 (MOD) SURFACE FINISHES FOR CONCRETE 5.10 BID-00970 5.11 COMPLIANCE WITH AND ENFORCEMENT OF PREVAILING WAGE LAWS 5.12 WAGE RATES Cl-1 Cl-1.1 Cl -1.2 Cl -1.3 Cl-1.4 Cl-1.5 Cl-1.6 Cl -1.7 Cl-1.8 Cl-1.9 Cl -1.10 Cl-1.11 Cl-1.12 Cl-1.13 Cl-1.14 Cl-1.15 Cl-1.16 Cl -1.17 Cl-1.18 Cl-1.19 Cl-1.20 Cl-1.21 Cl-1.22 Cl -1.23 Cl-1.24 Cl-1.25 Cl-1.26 Cl-1.27 Cl-1.28 Cl-1.29 Cl-1.30 Cl -1.31 Cl -1.32 PART C -GENERAL CONDITIONS TABLE OF CONTENTS OCTOBER 19, 2009 TABLE OF CONTENTS DEFINITIONS Cl-1 (1) Definition of Terms Cl-1 (1) Contract Documents Cl-1 (2) Notice to Bidders Cl-1 (2) Proposal Cl-1 (2) Bidder Cl-1 (2) General Conditions Cl-1 (2) Special Conditions Cl -1 (2) Specifications Cl-1 (2) Bonds Cl-1 (2) Contract Cl -1 (3) Plans Cl-1 (3) City Cl-1 (3) City Council Cl-1 (3) Mayor Cl-1 (3) City Manager Cl-1 (3) City Attorney Cl-1 (3) Director of Public Works C l-1 (3) Director, City Water Department Cl-1 (3) Engineer Cl-1 (3) Contractor Cl-1 (3) Sureties Cl-1 (4) The Work or Project Cl-1 (4) Working Day C l-1 (4) Calendar Days Cl-1 (4) Legal Holidays Cl -1 (4) Abbreviations Cl-1 (4) Change Order C l -1 (5) Paved Streets and Alleys C l-1 (5) Unpaved Streets or Alleys Cl-1 (6) City Street Cl-1 (6) Roadway C l -1 (6) Gravel Street C l -1 (6) C2-2 INTERPRETATION AND PREPARATION OF PROP OSAL C2-2.1 C2-2.2 C2-2.3 C2-2.4 Proposal Form Interpretation of Quantities· Examination of Contract Documents and Site of Proj ect Submitting of Proposal (1) C2-2 (1) C2-2 (1) C2-2 (2) C2-2 (2) ' : ~ C2-2 .5 Rejection of Proposals C2-2 (3) C2-2 .6 Bid Security C2-2 (3) C2-2 .7 Delivery of Proposal C2-2 (3) C2 -2 .8 Withdrawing Proposals C2-2 (3) C2-2 .9 Telegraphic Modifications of Proposals C2-2 (3) C2-2.10 Public Opening of Proposal C2-2 (4) C2-2 .ll Irregular Proposals C2-2 (4) C2-2 .12 Disqualification of Bidders C2-2 (4) C3-3 AW ARD AND EXECUTION OF DOCUMENTS: C3-3 .1 Consideration of Proposals C3 -3 (1) C3-3.2 Minority Business Enterprise/Women Business C3 -3 (1) Enterprise Compliance C3-3 .3 Equal Employment Provisions C3-3 (1) C3-3.4 Withdrawal of Proposals C3-3 (1) C3-3.5 Award of Contract C3 -3 (2) C3-3.6 Return of Proposal Securities C3-3 (2) C3-3.7 Bonds C3-3 (2) ' < C3-3.8 Execution of Contract C3-3 (3) C3-3.9 Failure to Execute Contract C3-3 (3) C-3-3.10 Beginning Work C3-3 (4) C3-3.ll Insurance C3-3 (4) C3-3.12 Contractor's Obligations C3-3 (6) ' C3-3.13 Weekly Payrolls C3-3 (6) ' C3-3.14 Contractor's Contract Administration C3-3 (6) ~ C3-3.15 Venue C3-3 (7) . ' ~· .. C4-4 SCOPE OF WORK C4-4.1 Intent of Contract Documents C4-4 (1) C4-4.2 Special Provisions C4-4 (1) C4-4.3 Increased or Decreased Quantities C4-4 (1) C4-4.4 Alteration of Contract Documents C4-4 (2) C4-4 .5 Extra Work C4-4 (2) '. C4-4 .6 Construction Schedule C4-4 (3) C4-4.7 Schedule Tiers Special Instructions C4-4 (6) C5-5 CONTROL OF WORK AND MATERIALS C5-5.1 Authority of Engineer C5-5 (1) C5-5.2 Conformity with Plans C5-5 (1) ' C5-5.3 Coordination of Contract Documents J ' ' C5-5 (1) " C5-5.4 Cooperation of Contractor C5-5 (2) C5-5.5 Emergency and/or Rectification Work C5-5 (2) C5-5 .6 Field Office C5-5 (3) C5-5.7 Construction Stakes C5 -5 (3) (2) C5-5.8 Authority and Duties of City Inspector C5-5 (3) C5-5.9 Inspection C5-5 (4) C5-5.10 Removal of Defective and Unauthorized Work C5-5 (4) C5-5.11 Substitute Materials or Equipment C5-5 (4) C5-5 .12 Samples and Tests of Materials C5-5 (5) C5-5 .13 Storage of Materials C5-5 (5) C5-5.14 Existing Structures and Utilities C5-5 (5) C5-5.15 Interruption of Service C5-5 (6) C5-5.16 Mutual Responsibility of Contractors C5-5 (7) C5-5.17 Clean-Up C5-5 (7) C5-5.18 Final Inspection C5-5 (8) C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 Laws to be Observed C6-6 (1) C6-6 .2 Permits and Licenses C6-6 (1) C6-6.3 Patented Devices, Materials, and Processes C6-6 (1) C6-6.4 Sanitary Provisions C6-6 (1) C6-6.5 Public Safety and Convenience C6-6 (2) C6-6.6 Privileges f Contractor in Streets, Alleys, C6-6 (3) and Right-of-Way C6-6.7 Railway Crossings C6-6 (3) C6-6 .8 Barricades, Warnings and Flagmen C6-6 (3) C6-6.9 Use of Explosives, Drop Weight, Etc. C6-6 (4) C6-6.10 Work Within Easements C6-6 (5) C6.6.1 l Independent Contractor C6-6 (6) C6-6.12 Contractor's Responsibility for Damage Claims C6-6 (6) C6-6 .13 Contractor's Claim for Damages C6-6 (8) C6-6.14 Adjustment or Relocation of Public Utilities, Etc. C6-6 (8) C6-6.15 Temporary Sewer and Drain Connections C6-6 (8) C6-6.16 Arrangement and Charges for Water Furnished by the City C6-6 (9) C6-6.17 Use of a Section or Portion of the Work C6-6 (9) C6-6.18 Contractor's Responsibility for the Work C6-6 (9) C6-6.19 No Waiver of Legal Rights C6-6 (9) C6-6.20 Personal Liability of Public Officials C6-6 (10) C6-6.21 State Sales Tax C6-6 (10) C7-7 PROSECUTION AND PROGRESS C7-7.1 Subletting C7-7 (1) C7-7.2 Assignment of Contract C7-7 (1) C7-7.3 Prosecution of The Work C7-7 (1) C7-7.4 Limitation of Operations C7-7 (2) C7-7.5 Character of Workmen and Equipment C7-7 (2) C7-7.6 Work Schedule C7-7 (3) C7 -7.7 Time of Commencement and Completion C7-7 (3) C7-7.8 Extension of Time Completion C7-7 (3) (3) C7-7.9 Delays C7-7 (4) C7-7.10 Time of Completion C7-7 (4) C7-7.11 Suspension by Court Order C7-7 (5) C7-7.12 Temporary Suspension C7-7 (5) C7-7.13 Termination of Contract due to National Emergency C7-7 (6) C7-7.14 Suspension or Abandonment of the Work C7-7 (6) and Annulment of the Contract: C7-7.15 Fulfillment of Contract C7-7 (8) C7 -7 .16 Termination for Convenience of the Owner C7-7 (8) C7-7 .17 Safety Methods and Practices C7-7 (11) C8-8 MEASUREMENT AND PAYMENT C8-8 .1 Measurement Of Quantities C8-8 (1) C8-8.2 Unit Prices C8-8 (1) C8-8.3 Lump Sum C8-8 (1) C8-8.4 Scope of Payment C8-8 (1) C8-8.5 Partial Estimates and Retainage C8-8 (2) C8-8.6 Withholding Payment C8-8 (3) C8-8 .7 Final Acceptance C8-8 (3) C8-8.8 Final Payment C8-8 (3) C8-8.9 Adequacy of Design C8-8 (4) C8-8 .10 General Guaranty C8-8 (4) C8-8.11 Subsidiary Wark C8-8 (4) C8-8.12 Miscellaneous Placement of Material C8-8 (4) C8-8 .13 Record Documents C8-8 (4) (4) PART C -GENERAL CONDITIONS Cl-1 DEFINITIONS SECTION Cl-1 DEFINITIONS Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the following terms or pronouns in place of them are used, the intent and meaning shall be understood and interpreted as follows: Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written and drawn documents, such as specifications , bonds, addenda, plans, etc., which govern the terms and performance of the contract. These are contained on the General Contract Documents and the Special Contract Documents. a. GENERAL CONTRACT DOCUMENTS: The General Contract Documents govern all Water Department Projects and Include the following Items PART A -NOTICE TO BIDDERS PART B -PROPOSAL PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G -CONTRACT (Sample) (Sample) (CITY) (Developer) White White Canary Yellow Brown Green El-White E2-Golden Rod E2A-White Blue (Sample) White (Sample) White b. SPECIAL CONTRACT DOCUMENTS: The Special Contract Documents are prepared for each specific project as a supplement to the General Contract Documents and include the following items: PART A-NOTICE TO BIDDERS (Advertisement) same as above PART B -PROPOSAL (Bid) PART C -GENERAL CONDITIONS PART D -SPECIAL CONDITIONS PART E-SPECIFICATIONS PERMITS/EASEMENTS PART F -BONDS PART G-CONTRACT PART H -PLANS (Usually bound separately) Cl -1 (1) " i Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published in public advertising mediums or furnished direct to interested parties pertaining to the work contemplated under the Contract Documents constitutes the notice to bidders. C 1-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to perform the work which the Owner desires to have done, together with the bid security, constitutes the Proposal, which becomes binding upon the Bidder when it is officially received by the Owner, has been publicly opened and read and not rejected by the Owner. Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association, corporation, acting directly or through a duly authorized representative, submitting a proposal for performing the work contemplated under the Contract Documents, constitutes a bidder. Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction '-and contract requirements which govern the performance of the work so that it will be carried on in accordance with the customary procedure, the local statutes, and · requirements of the City of Fort Worth's charter and promulgated ordinances. Whenever there may be a conflict between the General Conditions and the Special Conditions, the latter shall take precedence .. Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements which are necessary for the particular project covered by the Contract Documents and not specifically covered in the General Conditions. When considered with the General Conditions and other elements of the Contract Documents they provide the information which the Contractor and Owner should have in order to gain a thorough knowledge of the project. Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract Documents which set forth in detail the requirements which must be met by all materials, construction, workmanship, equipment and services in order to render a completed an useful project. Whenever reference is made to standard specifications, regulations, requirements, statutes, etc., such referred to documents shall become a part of the Contract Documents just as though they were embodied therein. Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by the Contractor for prompt and faithful performance of the contract and include the following: a. b. C. d. C2-2.6) Performance Bond (see paragraph C3-3.7) Payment Bond (see paragraph C3-3.7) Maintenance Bond (see paragraph C3-3.7) Proposal or Bid Security (see Special Instructions to Bidders, Part A and Cl-1 (2) Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner and the Contractor covering the mutual understanding of the two contracting parties about the project to be completed under the Contract Documents. C 1-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the Owner's representative showing in detail the location, dimension and position of the various elements of the project, including such profiles, typical cross-sections, layout diagrams, working drawings, preliminary drawings and such supplemental drawings as the Owner may issue to clarify other drawings or for the purpose of showing changes in the work hereinafter authorized by the Owner. The plans are usually bound separately from the other parts of the Contract Documents, but they are part of the Contract Documents just as though they were bound therein. C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation, authorized and chartered under the Texas State Statutes, acting by and through its governing body or its City Manager, each of which is required by charter to perform specific duties . Responsibility for final enforcement of the Contracts involving the City of Fort Worth is by Charter vested in the City Manager. The terms City and Owner are synonymous. Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of Fort Worth, Texas. Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern of the City of Fort Worth, Texas. Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly authorized representative. Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed Director of the City Water Department of the City of Fort Worth, Texas, or his duly authorized representative, assistant, or agents. Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth City Water Department, or their duly authorized assistants, agents, engineers, inspectors, or superintendents, acting within the scope of the particular duties entrusted to them. Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association, or corporation, entering into a contract with the Owner for the execution of work, acting Cl-1 (3) directly or through a duly authorized representative . A sub-contractor is a person, firm, corporation, supplying labor and materials or only labor, for the work at the site of the project. Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are required with and for the Contractor. The sureties engaged are to be fully responsible for the entire and satisfactory fulfillment of the Contract and for any and all requirements as set forth in the Contract Documents and approved changes therein. Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and covered by the Contract Documents, including but not limited to the furnishing of all labor, materials, tools, equipment, and incidentals necessary to produce a completed and serviceable project. Cl-1.23 WORKING DAY: · A working day is defined as a calendar day, not including Saturdays, Sundays, and legal holidays, in which weather or other conditions not under the control of the Contractor permit the performance of the principal unit of work for a period of not less than seven (7) hours between 7:00 a .m. and 6:00 p.m., with exceptions as permitted in paragraph C7-7.6 C 1-1.24 CALENDAR DAYS : A calendar day is any day of the week or month, no days being excepted. Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the City Council of the City of Fort Worth for observance by City employees as follows: 1. 2. 3. 4. 5. 6. 7. 8. 9. New Year's day M.L. King, Jr. Birthday Memorial Day Independence Day Labor Day Thanksgiving Day Thanksgiving Friday Christmas Day Such other days in lieu of holidays as the City Council may determine January 1 Third Monday in January Last Monday in May July4 First Monday in September Fourth Thursday in November Forth Friday in November December 25 When one of the above named holidays or a special holiday is declared by the City Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it falls on Sunday, it shall be observed on the following Monday, by those employees working on working day operations. Employees working calendar day operations will consider the calendar as the holiday. Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the Contract Documents, the intent and meaning shall be as follows: Cl-1 (4) AASHTO -American Association of State MGD Million Gallons Highway Transportation Officials per Day ASCE American Society of Civil CFS Cubic Foot per Engineers Second IAW ill Accordance With Min. Minimum ASTM American Society of Testing Mono. Monolithic Materials % Percentum AWWA American Water Works R Radius As sociation I.D. illside Diameter ASA American Standards Association O .D. Outside Diameter HI Hydraulic illStitute Elev. Elevation Asph. Asphalt F Fahrenheit Ave. Avenue C Centigrade Blvd. Boulevard ill. illCh CI Cast Iron Ft. Foot CL Center Line St. Street GI Galvanized Iron CY Cubic Yard Lin. Linear or Lineal Yd. Yard lb . Pound SY Square yard MH Manhole L.F. Linear Foot Max . Maximum D.I. Ductile Iron Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement between the Owner and the Contractor covering some added or deducted item or feature which may be found necessary and which was not specifically included in the scope of the project on which bids were submitted. illCrease in unit quantities stated in the proposal are not the subject matter of a Change Order unless the increase or decrease is more than 25 % of the amount of the particular item or items in the original proposal. All "Change Orders" shall be prepared by the City from information as neces sary furnished by the Contractor. Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as a street or alley having one of the following types of wearing surfaces applied over the natural unimproved surface: 1. Any type of asphaltic concrete with or without separate base material. 2. Any type of asphalt surface treatment, not including an oiled surface, with or without separate base material. 3. Brick, with or without separate base material. 4 . Concrete, with or without separate base material. 5. Any combination of the above. Cl -1 (5) ' "' Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or other surface is any area except those defined for "Paved Streets and Alleys." Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way lines as the street is dedicated . C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two (2') back of the curb lines or four ('4) feet back of the average edge of pavement where no curb exists. Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been added one or more applications of gravel or similar material other than the natural material found on the street surface before any improvement was made. ' . Cl-1 (6) .. ,. ~ SECTION C -GENERAL CONDITIONS C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which will contain an itemized list of the items of work to be done or materials to be furnished and upon which bid prices are requested. The Proposal form will state the Bidder's general understanding of the project to be completed, provide a space for furnishing the amount of bid security, and state the basis for entering into a formal contract. The Owner will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and "Financial Statement," all of which must be properly executed and filed with the Director of the City Water Department one week prior to the hour for opening of bids. The financial statement required shall have been prepared by an independent certified public accountant or an independent public accountant holding a valid permit issued by an appropriate state licensing agency, and shall have been so prepared as to reflect the current financial status. This statement must be current and no more than one (1) year old. In the case that bidding date falls within the time a new statement is being prepared, the previous statement shall be updated by proper verification. Liquid assets in the amount of ten (10) percent of the estimated project cost will be required. For an experience record to be considered to be acceptable for a given project, it must reflect the experience of the firm seeking qualification in work of both the same nature and magnitude as that of the project for which bids are to be received, and such experience must have been completed not more than five (5) years prior to the date on which Bids are to be received. The Director of the Water Department shall be sole judge as to the acceptability of experience for qualification to bid on any Fort Worth Water Department project. The prospective bidder shall schedule the equipment he has available for the project and state that he will rent such additional equipment as may be required to complete the project on which he submits a bid. C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials to be furnished as may be listed in the proposal forms or other parts of the Contract Documents will be considered as approximate only and will be used for the purpose of comparing bids on a uniform basis. Payment will be made to the Contractor for only the actual quantities of work performed or materials furnished in strict accordance with the Contract Documents and Plans. The quantities of work to be performed and materials to be furnished may be increased or decreased as hereinafter provided, without in any way invalidating the unit prices bid or any other requirements of the Contract Documents. C2-2 (1) C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT: Bidders are advised that the Contract Documents on file with the Owner shall constitute all of the information which the Owner will furnish. All additional information and data which the Owner 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. Bidders are required, prior to filing of proposal, to read and become familiar with the Contract Documents, to visit the site of the project and examine carefully all local conditions, to inform themselves by their own independent research and investigations, tests , boring, and by such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during construction of the project. They must judge for themselves the difficulties of the work and all attending circumstances affecting the cost of doing the work or the time required for its completion, and obtain all information required to make an intelligent proposal. No information given by the Owner or any representative of the Owner other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the Owner. 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 mutually agreed that the submission of a proposal is prima-facie evidence that the bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. The logs of Soil Borings, if any, on the plans are for general information only and may not be correct. Neither the Owner nor the Engineer guarantee that the data shown is representative of conditions which actually exist. C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the form furnished by the Owner. All blank spaces applicable to the project contained in the form shall be correctly filled in and the Bidder shall state the prices, written in ink in both words and numerals, for which he proposes to do work contemplated or furnish the materials required. All such prices shall be written legibly. In case of discrepancy between price written in words and the price written in numerals, the price most advantageous to the City shall govern. If a proposal is submitted by an individual, his or her name must be signed by him (her) or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or partnership, the name and address of each member of the firm, association, or partnership, or by person duly authorized. If a proposal is submitted by a company or corporation, the company or corporation name and business address must be given, and the proposal signed by an official or duly authorized agent. The corporate seal must be affixed. Power C2-2 (2) of Attorney authorizing agents or others to sign proposal must be properly certified and must be in writing and submitted with the proposal. C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of words or figures, additions not called for, conditional or uncalled for alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any items. Proposal tendered or delivered after the official time designated for receipt of proposal shall be returned to the Bidder unopened. C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a "Proposal Security" of the character and the amount indicated in the "Notice to Bidders" and the "Proposal." The Bid Security is required by the Owner as evidence of good faith on the part of the Bidder, and by way of a guaranty that if awarded the contract, the Bidder will within the required time execute a formal contract and furnish the required performance and other bonds. The bid security of the three lowest bidders will be retained until the contract is awarded or other disposition is made thereof. The bid security of all other bidders may be returned promptly after the canvass of bids . C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the City Manager or his representative in the official place of business as set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidder must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marker with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the City Manager, City Hall, Fort Worth, Texas . C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration must be made in writing, addressed to the City Manager, and filed with him prior to the time set for opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non- consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the City Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time. If such confirmation is not received within forty-eight (48) hours after the proposal opening time, no further consideration will be given to the proposal. C2-2 (3) C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly filed and for which no "Non-consideration Request" has been received will be publicly opened and read aloud by the City Manager or his authorized representative at the time and place indicated in the "Notice to Bidders." All proposals which have been opened and read will remain on file with the Owner until the contract has been awarded. Bidders or their authorized representatives are invited to be present for the opening of bids. C2-2 .11 IRREGULAR PROPOSALS : Proposals shall be considered as "Irregular" if they show any omissions, alterations of form , additions, or conditions not called for, unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves the right to waive any all irregularities and to make the award of the contract to the best interest of the City. Tendering a proposal after the closing hour is an irregularity which can not be waived. C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their proposals not considered for any of, but not limited to, the following reasons : a) Reasons for believing that collusion exists among bidders. b) Reasonable grounds for believing that any bidder is interested in more than one proposal for work contemplated. c) The bidder being interested in any litigation against the Owner or where the Owner may have a claim against or be engaged in litigation against the bidder. d) The bidder being in arrears on any existing contract or having defaulted on a previous contract. e) The bidder having performed a prior contract in an unsatisfactory manner. f) Lack of competency as revealed by financial statement, experience statement, equipment schedule, and such inquiries as the Owner may see fit to make. g) Uncompleted work which, in the judgment of the Owner, will prevent or hinder the prompt completion of additional work if awarded. h) The bidder not filing with the Owner, one week in advance of the hour of the opening of proposals the following: 1. Financial Statement showing the financial condition of the bidder as specified in Part "A" -Special Instructions 2. A current experience record showing especially the projects of a nature similar to the one under consideration, which have been successfully completed by the Bidder. 3. An equipment schedule showing the equipment the bidder has available for use on the project. The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified under the requirements stated herein, shall be set aside and not opened. C2-2 (4) PART C -GENERAL CONDITIONS C3-3 AW ARD AND EXECUTION OF DOCUMENTS SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS: C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities shown in the proposal, and the application of such formulas or other methods of bringing items to a common basis as may be established in the Contract Documents. The total obtained by taking the sum of the products of the unit prices quoted and the estimated quantities plus any lump sum items and such other quoted amounts as may enter into the cost of the completed project will be considered as the amount of the bid. Until the ward of the contract is made by the Owner, the right will be reserved to reject any or all proposals and waive technicalities, to re-advertise for new proposals, or to proceed with the work in any manner as may be considered for the best interest of the Owner. C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request, complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the contract and the payment therefor. Contractor further agrees, upon request by the Owner, to allow and audit and/or an examination of any books, records , or files in the possession of the Contractor that will substantiate the actual work performed by an MWE or WBE. Any material misrepresentation of any nature will be grounds for termination of the contract and for initiating any action under appropriate federal, state or local laws and ordinances relating to false statements; further, any such misrepresentation may be grounds for disqualification of Contractor at Owner's discretion for bidding on future Contracts with the Owner for a period of time of not less than six (6) months. C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with Current City Ordinances prohibiting discrimination in employment practices. The Contractor shall post the required notice to that effect on the project site, and at his request, will be provided assistance by the City of Fort Worth's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on which the proposals were opened . C3-3 (1) C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final action on the proposals for a reasonable time, not to exceed forty-five (45) days after the date of opening proposals, and in no event will an award be made until after investigations have been made as to the responsibility of the proposed awardee. The award of the contract, if award is made, will be to the lowest and best responsive bidder. The award of the contract shall not become effective until the Owner has notified the Contractor in writing of such award. C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals have been determined for comparison of bids, the Owner may, at its discretion, return the proposal security which accompanied the proposals which, in its judgment, would not be considered for the award. All other proposal securities, usually those of the three lowest bidders, will be retained by the Owner until the required contract has been executed and bond furnished or the Owner has otherwise disposed of the bids, after which they will be returned by the City Secretary. C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the Contractor shall furnish to, and file with the owner in the amounts herein required, the following bonds: a. b . C. PERFORMANCE BOND: A good and sufficient performance bond in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the full and faithful execution of the work and performance of the contract, and for the protection of the Owner and all other persons against damage by reason of negligence of the Contractor, or improper execution of the work or use of inferior materials. This performance bond shall guarantee the payment for all labor, materials, equipment, supplies, and services used in the construction of the work, and shall remain in full force and effect until provisions as above stipulated are accomplished and final payment is made on the project by the City. MAINTENANCE BOND: A good and sufficient maintenance bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful performance of the general guaranty which is set forth in paragraph C8-8.10. PAYMENT BOND: A good and sufficient payment bond, in the amount of not less than 100 percent of the amount of the contract, as evidenced by the proposal tabulation or otherwise, guaranteeing the prompt, full and faithful payment of all claimants as defined in Article C3-3 (2) - - - - - - SECTION Cl: SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS A. General These Supplementary Conditions amend or supplement the General Conditions of the Contract and other provisions of the Contract Documents as indicated below. Provisions which are not so amended or supplemented remain in full force and affect. B . C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in its entirety and replaced with the following: C. D. Partial pay estimates shall be submitted by the Contractor or prepared by the City on the 5th day and 20th day of each month that the work is in progress. The estimate shall be proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid within 25 days following the end of the estimate period, less the appropriate retainage as set out below. Partial pay estimates may include acceptable nonperishable materials delivered to the work place which are to be incorporated into the work as a permanent part thereof, but which at the time of the pay est imate have not been so installed. If such materials are included within a pay estimate, payment shall be based upon 85 % of the net voice value thereof The Contractor will furnish the Engineer such information as may be reasonably requested to aid in the verification or the preparation of the pay estimate. For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent (10%). For contracts of$400,000 or more at the time of execution, retainage shall be five percent (5%). Contractor shall pay subcontractors in accord with the subcontract agreement within five (5) business days after receipt by Contractor of the payment by City. Contractor's failure to make the required payments to subcontractors will authorize the City to withhold future payments from the Contractor until compliance with this paragraph is accomplished. It is understood that the partial pay estimates will be approximate only, and all partial pay estimates and payment of same will be subject to correction in the estimate rendered following the discovery of the mistake in any previous estimate. Partial payment by Owner for the amount of work done or of its quality or sufficiency or acceptance of the work done; shall not release the Contractor of any of its responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any partial estimate if the Contractor fails to perform the work in strict accordance with the specifications or other provisions of this contract. Part C -General Conditions: Paragraph C3-3.ll of the General Conditions is deleted and replaced with D-3 of Part D -Special Conditions. C3-3.ll INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING" Revised 10/24/02 Pg. 1 E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6 (8), is deleted in its entirety and replaced with the following: Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor 's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers , servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees , whether or not any such iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the . terms and conditions of this Contract, whether or not any such iniury or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR DECREASED QUANTITIES to read as follows: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents . No allowance will be made for any changes in lost or anticipated profits nor shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not to the various depth categories. G. C3-3 .l 1 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL Revised 10/24/02 Pg. 2 - .... INSURANCE REQUIREMENTS" a. The City, its officers, employees and servants shall be endorsed as an additional insured on Contractor's insurance policies excepting employer's liability insurance coverage under . Contractor's workers' compensation insurance policy. b . Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the contracted project. c. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements specified herein. d. Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice shall be acceptable in the event of non-payment of premium. e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating of A: VII or equivalent measure of financial strength and solvency. £ Deductible limits , or self-funded retention limits, on each policy must not exceed $10,000 .00 per occurrence unless otherwise approved by the City. g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider alternative coverage or risk treatment measures through insurance pools or risk retention groups. The City must approve in writing any alternative coverage. h. Workers' compensation insurance policy(s) covering employees employed on the project shall be endorsed with a waiver of subrogation providing rights of recovery in favor of the City. i. City shall not be responsible for the direct payment of insurance premium costs for contractor's insurance. j. Contractor's insurance policies shall each be endorsed to provide that such insurance is primary protection and any self-funded or commercial coverage maintained by City shall not be called upon to contribute to loss recovery. k. In the course of the project, Contractor shall report, in a timely manner, to City's officially designated contract administrator any known loss occurrence which could give rise to a liability claim or lawsuit or which could result in a property loss. 1. Contractor's liability shall not be limited to the specified amounts of insurance required herein. Revised 10/24/02 Pg. 3 H. m. Upon the request of City, Contractor shall provide complete copies of all insurance policies required by these contract documents. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8 -8(1) is deleted in its entirety and replaced with the following : The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials , and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph C5-5 .14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances , or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the two (2) year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. I. C8-8.10 GENERAL GUARANTY : Delete C8-8.10, General Guaranty at page C8-8(4) is deleted in its entirety and replaced with the following : Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined. The Owner will give notice of observed defects with reasonable promptness . Revised 10/24/02 Pg.4 - - - J. Any reference to any shorter period of time of warranty contained elsewhere within the specifications shall be resolved in favor of this specifications, it being the City's intent that the Contractor guarantee its work for a period of two (2) years following the date of acceptance of the project. In the Special Instructions to Bidders, TPW contracts place the following in lieu of the existing paragraph 2 . Part C-General Conditions, Section C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2 .7 , C2-2.8 and C2-2 .9 with the following: C2-2. 7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the official location and stated time set forth in the "Notice to Bidders." It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper place. The mere fact that a proposal was dispatched will not be considered. The Bidders must have the proposal actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word "PROPOSAL," and the name or description of the project as designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing Manager, City of Fort Worth Purchasing Divisiori, P.O. Box 17027, Fort Worth, Texas 76102. C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot be withdrawn prior to the time set for opening proposals. A request for non-consideration of a proposal must be made in writing, addressed to the City Manager, and filed with him prior to the time set for the opening of proposals. After all proposals not requested for non-consideration are opened and publicly read aloud, the proposals for which non-consideration requests have been properly filed may, at the option of the Owner, be returned unopened. C2-2 .9 TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by telegraphic communication at any time prior to the time set for opening proposals, provided such telegraphic communication is received by the Purchasing Manager prior to the said proposal opening time, and provided further, that the City Manager is satisfied that a written and duly authenticated confirmation of such telegraphic communication over the signature of the bidder was mailed prior to the proposal opening time . If such confirmation is not received within forty-eight ( 48) hours after the proposal opening time , no further consideration will be given to the proposal K. C3-3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated November 1, 1987; (City let projects) make the following revisions: 1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to read: Revised 10/24 /02 Pg. 5 L. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States secretary of the treasury to qualify as a surety on obligations permitted or required under federal law . Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. 2. Pg. C3-3(5) Paragraph C3-3. l 1 INSURANCE delete subparagraph "a. COMPENSATION INSURANCE". 3 . Pg. C3-3(6),.Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL AGENT FOR INSURANCE AND BONDING". RIGHT TO AUDIT: Part C -General Conditions, Section C8 -8 MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following: C8-8 .14 RIGHT TO AUDIT: (a) Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine and photocopy any directly pertinent books, documents , papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents, papers and records of such subcontractor, involving transactions to the subcontract, and further, that City shall have access during normal working hours to all subcontractor facilities, and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this article. City shall give subcontractor reasonable advance notice of intended audits. ( c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse the Contractor for the cost of copies as follows: 1. 50 copies and under -10 cents per page Revised 10/24/02 Pg.6 - - - - - - M. 2, More than 50 copies -85 cents for the first page plus fifteen cents for each page thereafter SITE PREPARATION: The Contractor shall clear rights-of-way or easements of obstruction which must be removed to make possible proper prosecution of the work as a part ofthis project construction operations. The contractor's attention is directed to paragraph C6-6.10 work within easements, page C6-6(4), part C -General Conditions of the Water Department General Contract Document and General Specifications. Clearing and restoration shall be considered as incidental to construction and all costs incurred will be considered to be included in the Linear Foot price of the pipe . N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: 1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the word flagmen. 2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other precautionary measures to take all reasonable necessary measures. 0 . MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE: Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be deleted in its entirety and replaced with the following: Upon request, Contractor agrees to provide to Owner complete and accurate information regarding actual work performed by a Minority Business Enterprise (MBE) and/or a Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor further agrees to permit an audit and/or examination of any books, records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent misrepresentation) and/or the commission of fraud by the Contractor will be grounds for termination of the contract and/or initiating action under appropriate federal, state or local laws or ordinances relating to false statements; further, any such misrepresentation ( other than negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time of not less than thee (3) years. Revised 10/24/02 Pg. 7 P. WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with the following: (a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code, including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code. Such prevailing wage rates are included in these contract documents. (b) The contractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of Section C-1 , L. Right to Audit (Rev. 9/30/02) pertain to this inspection. (c) The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) and (b) above. ( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. Revised 10/24/02 Pg.8 - - - SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 1. SCOPE OF WORK .................................................................................................... SP-4 2. AWARD OF CONTRACT ........................................................ ." ................................. SP-4 3. PRECONSTRUCTION CONFERENCE ..................................................................... SP-4 4 . EXAMINATION OF SITE .......................................................................................... SP-4 5. BID SUBMITTAL ....................................................................................................... SP-4 6. WATER FOR CONSTRUCTION ............................................................................... SP-4 7. SANITARY FACILITIES FOR WORKERS ................................................................. SP-5 8. PAYMENT ................................................................................................................. SP-5 9. SUBSIDIARY WORK .................................................................................................... SP-5 10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................................................................................................... SP-5 11. WAGE RATES .......................................................................................................... SP-5 12 . EXISTING UTILITIES ................................................................................................ SP-6 13. PARKWAY CONSTRUCTION ................................................................................... SP-7 14 . MATERIAL STORAGE .............................................................................................. SP-7 15 . PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ............................................................................................. SP-7 16 . INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-7 17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-7 18 . EQUAL EMPLOYMENT PROV ISIONS ..................................................................... SP-8 19 . MINORITY AND WOMENS BUSINESS ENTERPRISE (M/WBE) COMPLIANCE ........................................................................................... SP-8 20. FINAL CLEAN UP ................................................................................................... SP-10 21. CONTRACTOR 'S COMPLIANCE WITH WORKER 'S COMPENSATION LAW ........................................................................................... SP-10 22. SUBSTITUTIONS .................................................................................................... SP-13 . 23 . MECHANICS AND MATERIALSMEN 'S LIEN .......................................................... SP-13 24. WORK ORDER DELAY .......................................................................................... SP-13 25. CALENDAR DAYS ................................................................................................. SP-13 26. RIGHTT.OABANDON ............................................................................................ SP-13 27. CONSTRUCTION SPECIF ICATIONS .................................................................... SP-13 28 . MAINTENANCE STATEMENT ............................................................................... SP -14 29. DELAYS ....................................................................................................... SP-14 30 . DETOURS AND BARRICADES ............................................................................. SP-14 31. DISPOSAL OF SPOIUFILL MATERIAL ................................................................. SP-14 32. QUALITY CONTROL TESTING ............................................................................. SP-15 33. PROPERTY ACCESS ............................................................................................ SP-15 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ..................... SP-16 35 . WATER DEPARTMENT PRE-QUALIFICATIONS .................................................. SP-16 36 . RIGHT TO AUDIT .............................................................. : ................................... SP-16 37. CONSTRUCTION STAKES .................................................. SP-17 38 . LOCATION OFNEW WALKS AND DRIVEWAYS ................................................ SP-17 39. EARLY WARNING SYSTEM FOR CONSTRUCTION ............................................. SP-17 40 . AIR POLLUTION WATCH DAYS ............................................................................ SP-18 Rev 2-19 -10 SP-1 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents CONSTRUCTION ITEMS : 41. PAY ITEM-PAVEMENT-UNCLASSIFIED STREET EXCAVATION -REMOVE ... SP-19 42. PAY ITEM -PAVEMENT -NON GREEN CEMENT -INSTALL ............................... SP-19 43. PAY ITEM-CURB-7 INCH -INSTALL ................................................................. SP-20 44. PAY ITEM -RETAINING WALL -INSTALL. ............................................................ SP-20 45. PAY ITEM-CURB -CURB AND GUTTER AS DIRECTED BY INSPECTOR- REPLACE ................................................................................................. SP-20 46. PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC ............................... SP-20 47 . PAY ITEM -PIPE - 6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC - INSTALL ................................................................................................. SP-20 48. PAY ITEM -SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL. ............................... SP-21 49. PAY ITEM-PAY ITEMS-SUBGRADE-8 INCH LIME STABILIZED-INSTALL and SUBGRADE -LIME FOR STABILIZATION -INSTALL .......................................... SP-21 50. PAY ITEM -PAVEMENT - 6 INCH HMAC -INSTALL. ............................................ SP-21 51. PAY ITEMS-WALK-INSTALL , CURB & GUTTER-INSTALL, WALK-ADA WHEELCHAIR RAMP -INSTALL, AND DRIVEWAY -INSTALL ............................ SP-21 52 . PAY ITEMS -WALK -REMOVE, CURB & GUTTER -REMOVE , WALK -ADA WHEELCHAIR RAMP -REMOVE, AND DRIVEWAY -REMOVE ........................... SP-22 53. PAY ITEMS -WALK-STEPS -REMOVE and WALK-STEPS -INSTALL ......... SP-22 54. PAY ITEMS -FENCE -REMOVE and FENCE -INSTALL. .................................... SP-22 55. PAY ITEM -CURB & GUTTER - 7 INCH W/ 18" GUTTER -INSTALL ................... SP-23 56. PAY ITEMS-MAILBOX-REMOVE and MAILBOX-INSTALL ............................. SP-23 57. PAY ITEM-FILL MATERIAL-BORROW-INSTALL ............................................. SP-23 58 . PAY ITEM-PAVEMENT-VALLEY GUTTER-INSTALL. ...................................... SP-24 59. PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALLSP-24 60 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL ................................................................................................. SP-24 61 . PAY ITEM -TRAFFIC CONTROL -INSTALL ......................................................... SP -26 62 . PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL ............................. SP-27 63 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-28 64 . PRE BID ITEM -TOP SOIL -INSTALL. ................................................................... SP-28 65 . PRE BID ITEM-VALVE BOX-ADJUSTMENT-SERVICES ................................. SP-28 66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES ................................... SP-28 67. PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES ................................ SP-29 68. NON -PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT-INSTALL. ............. SP-29 69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-32 70 . NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-37 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL .......................................... SP-37 72 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL ......................... SP-37 73. NON-PAY ITEM -CONCRETE COLORED SURFACE ............................................ SP-37 74. NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-37 75 . NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-38 Rev 2-19-10 SP-2 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS Table of Contents 76 . SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-40 77 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS ................................................ SP-41 78 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..................................................................................................... SP-41 79. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-41 80. NON-PAY ITEM -WASHED ROCK .......................................................................... SP-42 81 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-42 82. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ................................................................................................. SP-42 83. NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-42 84 . NON PAY ITEM-SPRINKLER HEAD ADJUSTMENT ............................................ SP-43 85. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-43 86. NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-43 Rev 2-19-10 SP-3 SPECIAL PROVISIONS FOR STREET AND STORM DRAIN IMPROVEMENTS FOR: CLEARFORK MAIN STREET BRIDGE CITY PROJECT NO .: 00107 1. SCOPE OF WORK: The work covered by these plans and specifications consist of the following: paving , drainage, bridge , pedestrian bridge , conduit and traffic signals, and all other miscellaneous items of construction to be performed as outlined in the plans and specifications which are necessary to satisfactorily complete the work. 2. AWARD OF CONTRACT: Submission of Bids: Unit 1 -Unit V constitute a package . Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves the right to evaluate and recommend to the City Council the best bid that is considered to be in the best interest of the City . 3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant, and City shall meet at the call of the City for a preconstruction conference before any work begins on this project. At this time , details of sequencing of the work , contact individuals for each party , request for survey, and pay requests will be covered . Prior to the meeting , the Contractor shall prepare schedules showing the sequencing and progress of their work and its effect on others. A final composite schedule will be prepared during this conference to allow an orderly sequence of project construction . 4 . EXAMINATION OF SITE: It shall be the responsibility of the prospective bidder to visit the project site and make such examinations and explorations as may be necessary to determine all conditions that may affect construction of this project. Particular attention should be given to methods of providing ingress and egress to adjacent private and public properties , procedures for protecting existing improvements and disposition of all materials to be removed. Proper consideration should be given to these details during preparation of the Proposal and all unusual conditions that may give rise to later contingencies should be brought to the attention of the City prior to the submission of the Proposal. 5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed forms that must be submitted with the Proposal (including Vendor Compliance to State Law and. Failure to provide a complete bid package may be grounds for designating bids as "non-responsive" and rejecting bids as appropriate and as determined by the Director of the Transportation and Public Works Department. 6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the Contractor at his own expense . Rev 2-19-10 SP-4 7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary conveniences for the use of workers at the project site . Specific attention is directed to this equipment. 8. PAYMENT: The Contractor shall receive full payment from the City for all the work based on unit prices bid on the proposal and specified in the plans and specifications and approved by the ENGINEER per actual field measurement. 9 . SUBSIDIARY WORK: Any and all work specifically governed by documentary requirement for the projects, such as conditions imposed by the Plans, the General Contract Documents or these special Contract Documents, in which no specific item for bid has been provided for in the Proposal , shall be considered as a subsidiary item of work , the cost of which shall be included in the price bid in the. Proposal for each bid item, including but not limited to surface restoration cleanup and relocation of mailboxes . All objectionable matter required to be removed from within the right-of-way and not particularly described Linder these specifications shall be covered by Item No. 102 "Clearing and Grubbing" and shall be subsidiary to the other items of the contract. 10 . LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's particular attention is directed to the requirements of Item 7, "Legal Relations and Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain Construction ". 11. WAGE RA TES : Compliance with and Enforcement of Prevailing Wage Laws Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 . Such prevailing wage rates are included in these contract documents . Penalty for Violation . A contractor or any subcontractor who does not pay the prevailing wage shall , upon demand made by the City , pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258 .023 . Complaints of Violations and City Determination of Good Cause . On receipt of information, including a compla int by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages Rev 2-19-10 SP-5 paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation . Arbitration Required if Violation Not Resolved . An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arb itration in accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required , a district court shall appoint an arb itrator on the petition of any of the persons . The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisd iction . Records to be Maintained . The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in . this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. Jhe provisions of the Audit section of these contract documents shall pertain to this inspection. Pay Estimates . With each partial payment estimate or payroll period , whichever is less , the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas Government Code . Posting of Wage Rates . The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times . Subcontractor Compliance . The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above . (Wage rates are attached at the end of this section.) 12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to existing utilities are based on the best information available . It shall be the Contractor's responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as are necessary in the construction process in order to provide adequate clearance. The Contractor shall take all necessary precautions in order to protect all services encountered . Any damage to utilities and any losses to the utility or City due to disruption of service resulting from the Contractor's operations shall be at the Contractor's expense. Rev 2-19-10 SP-6 13. PARKWAY CONSTRUCTION : During the construction of this project, it will be required that all parkways be excavated and shaped at the same time the roadway is excavated. Excess excavation will be disposed of at locations approved by the Director of the Transportation and Public Works Department 14 . MATERIAL STORAGE: Material shall not be stored on private property unless the Contractor has obtained permission in writing from the property owner and storage of material on the private property complies with current City zoning requirements for the use of property for storage purposes. 15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall take adequate measures to protect all existing structures, improvements and utilities, which may be encountered . The utility lines and conduits shown on the plans are for information only and are not guaranteed by the City or the Design Consultant to be accurate as to extent, location and depth, they are shown on the plans as the best information available at the time of design, from the Owners of the utilities involved and from evidences found on the ground. 16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are approximate . It is the Contractor's sole responsibility to verify all the minor pay item quantities prior to submitting a bid. No additional compensation shall be paid to Contractor for errors in the quantities. Final payment will be based upon field measurements. The City reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary , and the Contractor shall perform the work as altered, increased or decreased at the unit prices as established in the contract documents. No allowance will be made for any changes in anticipated profits or shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents . Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as applying to the overall quantities of storm drain pipe in each pipe size but not to the various depth categories. 17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor Covenants and agrees to indemnify City's Design Engineer and Architect, and their personnel at the project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, and the City's Design Engineer and Architect, from and against any and all claims or suits for property loss , property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents , employees, subcontractors, licensees or invitees, whether or not any such injury, damage or death is caused, in whole or in part, by the negligence or alleged negligence of City, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the City and the City's Design Engineer and Architect from and against any and all injuries to City's officers, servants and employees and the City's Design Engineer and Architect and any damage, loss or destruction to property of the City arising from the performance of any of the terms and conditions of this Contract, whether or not any Rev 2-19-10 SP-7 such injury or damage is caused in whole or in part by the negligence or alleged negligence of City, its officers, servants or employees. In the event City receives a written claim for damages against the Contractor or its subcontractors prior to final payment , final payment shall not be made unt il Contractor either (a) submits to City satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides City with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may , if deemed appropriate , refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 18 . EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance Number 7278 as amended by City Ordinance Numbe r 7 400 (Fort Worth City Code Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices . The Contractor shall post the required notice to that effect on the project site , and at his request , will be provided by assistance by the City of Fort Worth 's Equal Employment Officer who will refer any qualified applicant he may have on file in his office to the Contractor. Appropriate notices may be acquired from the Equal Employment Officer. 19 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE: In accordance with City of Fort Worth Ordinance No . 15530 , the City has goals for the participation of minority business enterprises and women business enterprises in City contracts . The Ordinance is incorporated in these specifications by reference. A copy of the Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the ordinance shall be a material breach of contract. M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH EFFORT FORM, as applicable , must be submitted within five (5) City business days after bid opening . Failure to comply shall render the bid non-responsive . Upon request , Contractor agrees to provide the City complete and accurate information regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on the contract and payment thereof. Contractor further agrees to permit an aud it and/or examination of any books , records or files in its possession that will substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of acts (other than a negligent misrep resentation) and /or the commission fraud by the Contractor will be grounds for terminat ion of the contract and/or initiating action under appropriate federal , state , or local laws or ordinances relating to false statement. Further, any such misrepresentation (other than a negligent misrepresentation) and/or commission of fraud will result in the Contractor being determined to be irresponsible and barred from participating in City work for a period of time not less than three years . The City will consider the Contractor's performance regarding its M/WBE program in the evaluation of bids. Fa ilure to comply with the City 's M/WBE Ordinance, or to demonstrate "good faith effort", shall result in a bid being rendered non-responsive to specifications . Rev 2-19-10 SP-8 Contractor shall provide copies of subcontracts or co-signed letters of intent with approved M/WBE subcontractors prior to issuance of the Notice to Proceed . Contractor shall also provide monthly reports on utilization of the subcontractors to the City 's M/WBE office . The Contractor may count first and second tier subcontractors and/or suppliers toward meeting the goals. The Contractor may count toward its goal a portion of the total dollar amount of the contract with a joint venture equal to the percentage of the M/WBE participation in the joint venture for a clearly defined portion of the work to be performed . All M/WBE Contractors used in meeting the goals must be certified prior to the award of the Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT}, Highway Division and must be located in the nine (9) county marketplace or currently doing business in the marketplace at time of bid . The Contractor shall contact all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort forms as applicable . Failure to contact the listed M/WBE subcontractor or supplier prior to bid opening may result in the rejection of bid as non- responsive . Whenever a change order affects the work of an M/WBE subcontractor or supplier, the M/WBE shall be given an opportunity to perform the work . Whenever a change order exceeds 10% of the orig inal contract , the M/WBE coordinator shall determine the goals applicable to the work to be performed under the change order. During the term of the contract the contract shall : 1. Make no unjustified changes or deletions in its M/WBE participation commitments submitted with or subsequent to the bi _d, and, 2 . If substantial subcontracting and/or substantial supplier opportunities arise during the term of the contract which the Contractor had represented he would perform with h is forces , the Contractor shall notify the City before subcontracts or purchase orders are let, and shall be required to comply with modifications to goals as determined by the City , and , 3 . Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor desires to change or delete any of the M/WBE subcontractors or suppliers. Justification for change may be granted for the following : Rev 2-19-10 a . Failure of Subcontractor to provide evidence of coverage by Worker's Compensation Insurance . b. Failure of Subcontractor to provide required general liab ility of other insurance. c . Failure of Subcontractor to execute a standard subcontract form in the amount of the proposal used by the Contractor in preparing his M/WBE Participation plan. d . Default by the M/WBE subcontractor or supplier in the performance of the subcontractor. SP -9 Within ten (10) days after final payment from the City , the Contractor shall provide the M/WBE Office with documentation to reflect final participation of each subcontractor and supplier used on the project, inclusive of M/WBEs. 20 . FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been completed. No more than seven days shall elapse after completion of construction before the roadway and R.OW. is cleaned up to the satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the work before acceptance by the City or its representative . This cleanup shall include removal of all objectionable rocks , pieces of asphalt or concrete and other construction materials , and in general restoring the worksite to an orderly appearance . 21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A. Workers Compensation Insurance Coverage a. DEFINITIONS: b. Certification of coverage ("Certificate"). A copy of a cert ificate of insurance, a certificate of authority to self-insure issued by the commission , or a coverage agreement (TWCC-81 , TWCC-82 , TWCC-83 , OR TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project. Duration of the project- includes the time from the beginning of the work on the project until the Contractor's/person's work on the project has been completed and accepted by the governmental entity . Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees . This includes , without limitation, independent Contractors, subcontractors , leasing companies , motor carriers , City-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project. "Services" include , without limitation , providing , hauling, or delivering equipment or materials, or providing labor, transportation , or other services related to a project. "Services" does not include activities unrelated to the project , such as food/beverage vendors , office supply deliveries, and delivery of portable toilets . The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements , which meets the statutory requirements of Texas Labor Code , Section 401.011 (44) or all emp loyees of the Contractor prov iding services on the project, for the duration of the project. c . The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. d. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the project, the Contractor must, prior to the end of the coverage period , file a new certificate of coverage with the governmental entity showing that coverage has been extended . Rev 2-19-10 SP-10 e. The Contractor shall obtain from each person providing services on a project , and provide to the governmental entity: (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity w ill have on file certificates of coverage showing coverage for all persons providing services on the project; and (2) no later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. f . The Contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. g . The Contracto~ shall notify the governmental entity in writing by certified mail or personal delivery, within ten (10) days after the Contractor knew or should have known, or any change that materially affects the provision of coverage of any person providing services on the project. h . The Contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Worker's Compensation, informing all persons providing services on the project that they are required to be covered , and stating how a person may verify coverage and report lack of coverage. i. The Contractor shall contractually require each person with whom it contracts to provide services on a project , to : (1) (2) (3) (4) Rev 2-19-10 provide coverage , based on proper reporting on classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011 (44) for all of its employees providing services on the project, for the duration of the project; provide to the Contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project ; provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage , if the coverage period shown · on the current certificate of coverage ends during the duration of the project ; obtain form each other person with whom it contracts , and provide to the Contractor: SP-11 j. k. B . (a) a certificate of coverage , prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period , if the coverage period shown on the current certificate of coverage ends during the duration of the project; (c) retain all required certificates of coverage on file for the duration of the project and for one year thereafter. (d) notify the governmental entity in writing by certified mail or personal delivery , within ten (10) days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project; and (e) contractually require each person with whom it contracts , to perform as required by paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom they are providing services . By signing this contract or providing or causing to be provided a certificate of coverage , the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the project will be covered by worker's compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts , and that all coverage agreements will be filed with appropriate insurance carrier or, in the case of a self-insured , with the commission's Division of Self-Insurance Regulation . Providing false or misleading information may subject the Contractor to administrative , criminal , civil penalties or other civil actions. The Contractor's failure to comply with any of these provis ions is a breach of contract by the Contractor which entitles the governmental entity to declare the contract void if the Contractor does not remedy the breach within ten day after receipt of notice of breach from the governmental entity. The Contractor shall post a notice on each project site informing all persons providing services on the project that they are required to be covered , and stating how a person may verify current coverage and report failure to provide coverage . This notice does not satisfy other posting requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's Commission rules. This notice must be printed with a title in at least 30 point bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the Worker population . The text for the notices shall be the following text, without any additional words or changes : "REQUIRED WORKER'S COMPENSATION COVERAGE" Rev 2-19-10 SP-12 The law requires that each person working on this site or providing services related to this construction project must be covered by worker's compensation insurance. This includes persons providing, hauling, or delivering equipment or materials , or providing labor or transportation or other service related to the project, regardless of the identify of their employer or status as an employee ." Call the Texas Worker's Compensation Commission at 512-463-3642 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage , or to report an employer's failure to provide coverage ". 22. SUBSTITUTIONS : The specifications for materials set out the minimum standard of quality that the City believes necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor has received written permission of the ENGINEER to make a subst itution for the material that has been specified . Where the term "or equal", or "or approved equal" is used, it is understood that if a material , product, or piece of equipment bearing the name so used is furn ished , it will be approvable, as the particular trade name was used for the purpose of establishing a standard of quality acceptable to the City. If a product of any other name is proposed, the substitution must be approved by the City . Where the term "or equal ", or "approved equal " is not used in the specifications , this does not necessarily exclude alternative items or material or equipment which may accomplish the intended purpose. However, the Contracto r shall have the full responsibility of providing that the proposed substitution is, in fact, equal, and the ENGINEER , as the representative of the City , shall be the sole judge of the acceptability of substitutions . The provisions of the sub-section as related to "substitutions" shall be applicable to all sections of these specifications. 23. MECHANICS AND MATERIALMEN'S LIEN : The Contractor shall be required to execute a release of mechanics and materialmen's liens upon receipt of payment. 24 . WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and easements and/or permits obtained on this project within sixty (60) days of advertisement of this project. The work order for subj ect project will not be issued until all utilities, right- of-ways, easements and/or permits are cleared or obtained. The Contractor shall not hold the City of Fort Worth responsible for any delay in issuing the work order for this Contract. 25. CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted number of calendar days . 26 . RIGHT TO ABANDON: The City reserves the right to abandon , without obligation to the Contractor, any part of the project or the entire project at any time before the Contractor begins any construction work authorized by the City. 27 . CONSTRUCTION SPECIFICATIONS: This contract and project are governed by the two following published specifications , except as modified by these Special Provisions : STANDARD SPECIF/CATIONS FOR STREET AND STORM DRAIN CONSTRUCT/ON CITY OF FORT WORTH Rev 2-19-10 SP-13 STANDARD SPECIF/CA TJONS FOR PUBLIC WORKS CONSTRUCT/ON NORTH CENTRAL TEXAS A copy of either of these specifications may be purchased at the Office of the Department of Transportation and Public Works , 1000 Throckmorton Street, 2nd Floor, Municipal Building , Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. 28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this project due to faulty materials and workmanship, or both, for a period of two (2) years from date of final acceptance of this project and will be required to replace at his expense any part or all of the project which becomes defective due to these causes. 29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed a written statement thereof shall be presented by the Contractor to the Director of the Transportation and Public Works Department and if by him found correct shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding . If delay is caused by specific orders given by the ENGINEER to stop work or by the performance of extra work or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the Contractor or the surety on his performance bond form all his obligations hereunder which shall remain in full force until the discharge of the contract. 30 . DETOURS AND BARRICADES: .The Contractor shall prosecute his work in such a manner as to create a minimum of interruption to traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project area . Contractor shall protect construction as required by ENGINEER by providing barricades. Barricades, warning and detour signs shall conform to the Standard Specifications "Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans. Construction signing and barricades shall conform with the latest version of the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" · 31 . DISPOSAL OF SPOIUFILL MATERIAL: Prior to the disposing of any spoil/fill material , the Contractor shall advise the Director of the Department of Transportation and Public Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator''), of the location of all sites where the Contractor intends to dispose of such material. Contractor shall not dispose of such material until the proposed sites have been determined by the Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by the Administrator to ensure the filling is not occurring within a flood plain without a permit. A flood plain permit can be issued upon approval of necessary engineering studies. No fill permit is required if disposal sites are not in a flood plain . Approval of the Contractor's Rev 2-19-10 SP-14 disposal sites shall be evidenced by a letter signed by the Administrator stating that the site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the flood plain. Any expenses associated with obtaining the fill permit, including any necessary engineering studies, shall be at the Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site without a fill permit or a letter from the administrator approving the disposal site, upon notification by the Director of Transportation and Public Works , Contractor shall remove the spoil/fill material at its expense and dispose of such materials in accordance with the Ordinance of the City and this section . 32. QUALITY CONTROL TESTING: (a) The Contractor shall furnish , at its own expense, certifications by a private laboratory for all materials proposed to be used on the project, including a mix design for any asphaltic and/or Portland cement concrete to be used and gradation analysis for sand and crushed stone to be used along with the name of . the pit from which the material was taken . The Contractor shall provide manufacturer's certifications for all manufactured items to be used in the project and will bear any expense related thereto. (b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least nine days prior to the placing of concrete using the same aggregate, cement and mortar which are to be used later in the concrete. The Contractor shall provide a certified copy of the test results to the City. (c) Quality control testing of on site material on this project will be performed by the City at its own expense. Any retesting required as a result of failure of the material to meet project specifications will be at the expense of the Contractor and will be billed at commercial rates as determined by the City. The failure of the City to make any tests of materials shall in no way relieve the Contractor of its responsibility to furnish materials and equipment conforming to the requirements of the contract. (d) Not less than 24 hours notice shall be provided to the City by the Contractor for operations requiring testing. The Contractor shall provide access and trench safety system (if required) for the site to be tested and any work effort involved is deemed to be included in the unit price for the item being tested. (e) The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the job site. The ticket shall specify the name of the pit supplying the fill material. 33 . PROPERTY ACCESS : Access to adjacent property shall be maintained at all times unless otherwise directed by the ENGINEER. Rev 2-19-10 SP-15 34 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES : The following procedures will be followed regarding the subject item on this contract: (a) A warning sign not less than five inches by seven inches, painted yellow with black letters that are legible at twelve feet shall be placed inside and outside vehicles such as cranes, derricks , power shovels , drilling rigs , pile drivers , hoisting equipment or similar apparatus . The warning sign shall read as follows : "WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES." (b) Equipment that may be operated within ten feet of high voltage lines shall have an insulating cage-type of guard about the boom or arm , except back hoes or dippers and insulator links on the lift hood connections . (c) When necessary to work within six feet of high voltage electric lines , notification shall be given the power company which will erect temporary mechanical barriers, de- energize the line or raise or lower the line. The work done by the power company shall not be at the expense of the City of Fort Worth. The notifying department shall maintain an accurate log of all such calls to the power company and shall record action taken in each case. (d) The Contractor is required to make arrangements with the power company for the temporary relocation or raising of high voltage lines at the Contractor's sole cost and expense . (e) No person shall work within six feet of a high voltage line without protection having been taken as outlined in Paragraph (c). 35 . WATER DEPARTMENT PRE-QUALIFICATIONS : Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water Department to perform such work in accordance with procedures described in the current Fort Worth Water Department General Specifications which general specifications shall govern performance of all such work. 36. RIGHT TO AUDIT: (a) Contractor agrees that the City shall , unti l the expiration of three (3) years after final payment under this contract have access to and the right to examine and photocopy any directly pertinent books, documents , papers and records of the Contractor involving transactions relating to this contract. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate workspace in order to conduct aud its in compliance with the provisions of this section . The City shall give Contractor reasonable advance notice of intended audits . (b) Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, under the exp iration of three (3) years after final payment under the subcontract, have access to and the right to examine and photocopy any directly pertinent books , documents , papers and Rev 2-19-10 SP-16 records of such subcontractor involving transactions to the subcontract and further, that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this article together with subsection (c ) hereof. City shall give subcontractor reasonable advance notice of intended audits. (c) Contractor and subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of copies at the rate published in the Texas Administrative Code in effect as of the time copying is performed . 37 . CONSTRUCTION STAKES: The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other customary methods of markings as may be found consistent with professional practice to establish line and grade for roadway and utility construction and centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical. One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter and/or paving . It shall be the sole responsibility of the Contractor to preserve , maintain, transfer, etc., all stakes furnished until completion of the construction phase of the project for which they were furnished . If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by the City have been lost, destroyed, or disturbed, that the proper prosecution and control of the work contracted for in the Contract Documents cannot take place, then the Contractor shall replace such stakes or markings as required. An individual registered by the Texas Board of Professional Land Surveying as a Registered Professional Land Surveyor shall replace these stakes, at the Contactor's expense. No claims for delay due to a lack of replacement of construction stakes will be accepted, and time will continue to be charged in accordance with the Contract Documents. 38. LOCATION OF NEW WALKS AND DRIVEWAYS: The Contractor will make every effort to protect existing trees within the parkway, with the approval of the ENGINEER, the Contractor may re-locate proposed new driveways and walks around existing trees to minimize damage to trees . 39 . EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the completion of this contract. In order to insure that the Contractor is responsive when notified of unsatisfactory performance and/or of failure to maintain the contract schedule , the following process shall be applicable : The work progress on all construction projects will be closely monitored. On a bi-monthly basis the percentage of work completed will be compared to the percentage of time charged to the contract. If the amount of work performed by the Contractor is less than the percentage of time allowed by 20% or more (example: 10% of the work completed in 30% of the stated contract time as may be amended by change order), the following proactive measures will be taken: 1. A letter will be mailed to the Contractor by certified mail, return receipt requested demanding that, within 10 days from the date that the letter is Rev 2-19-10 SP-17 received, it provide sufficient equipment, materials and labor to ensure completion of the work within the contract time. In the event the Contractor receives such a letter, the Contractor shall provide to the City an updated schedule showing how the project will be completed within the contract time. 2. The Project Manager and the Directors of the Department of Transportation and Public Works and the Water Department will be made aware of the situation. If necessary, the City Manager's Office and the appropriate city council members may also be informed. 3. Any notice that may , in the City's sole discretion, be required to be provided to interested individuals will distributed by the Transportation and Public Works Department's Public Information Officer. 4 . Upon receipt of the Contractor's response, the appropriate City departments and directors will be notified. The Transportation and Public Works Department will, if necessary, then forward updated notices to the interested individuals. 5 . If the Contractor fails to provide an acceptable schedule or fails to perform satisfactorily a second time prior to the completion of the contract, the bonding company will be notified appropriately . 40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON, within the Metroplex area , runs from May 1 through OCTOBER 31, with 6:00 a.m . -10 :00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the Contractor shall bear the responsibility of being aware that such days have been designated Air Pollution Watch Days and as such shall not begin work until 10 :00 a.m . whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. If the Contractor is unable to perform continuous work for a period of at least seven hours between the hours of 7:00 a.m . -6:00 p.m ., on a designated Air Pollution Watch Day, the calendar days allowed may be adjusted . Rev 2-19-10 SP-18 CONSTRUCTION 41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID- 00472): See Standard Specifications Item No. 106 , "Unclassified Street Excavation " for specifications governing this item . Removal of existing penetration or asphalt pavement shall be included in this item . Removal of existing concrete pavement shall be included in this item . Operations necessary to windrow existing gravel base in order to lower or raise subgrade shall be considered as subsidiary to this item and no additional compensation shall be given as such . During the construction of this project , it is required that all parkways be excavated and shaped at the same time the roadway is excavated . Excess excavation will be disposed of at locations approved by the ENGINEER. The intention of the City is to pay only the plan quantity without measurement. Should either contracting party be able to show an error in the quantities exceeding 10 percent , then actual quantities will be paid for at the unit prices bid. The party requesting the payment of actual rather than plan quantities is responsible for bearing any survey and/or measurement costs necessary to verify the actual quantities . 42 . PAY ITEM -PAVEMENT-NON GREEN CEMENT-INSTALL (BID-00429): (a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement," shall apply . The Contractor shall use a six (6) sack concrete mix for all hand placement in the intersections. The unit price bid per square yard shall be full payment for all labor, material, equipment and incidentals necessary to complete the work. (b) Concrete pavement acceptance shall be as set forth in "Concrete Pavement Acceptance " within these Special Provisions . (c) All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the ENGINEER. Screeds will not be allowed except if approved by the ENGINEER. Rev 2-19-10 SP-19 43. PAY ITEM -CURB-7 INCH -INSTALL (810-00843): The Contractor may, at his option, construct either integral or superimposed curb. Standard Specification Item 502 shall apply except as follows: Integral curb shall be constructed along the edge of the pavement as an integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be deposited not more than thirty (30) minutes after the concrete in the slab . If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill operation is complete. 44. PAY ITEM -RETAINING WALL-INSTALL (810-00411): This item will consist of placing retaining walls in locations and at heights determined by the ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification item 518 shall apply except as follows : Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing No. S-M13 "Retaining Wall with Sidewalk" where applicable . All existing brick and/or stone retaining walls not significantly impacted by proposed grade changes will be protected. Replacement of retaining walls not impacted by proposed grade changes will be at the expense of the Contractor. 45. PAY ITEM-CURB-CURB & GUTIER AS DIRECTED BY INSPECTOR-REPLACE (810-00844): This item is included for the purpose and removing and replacing existing curb and gutter in transition areas as determined by the ENGINEER in the field . The proposed curb and gutter will be of the same dimensions as the existing curb and gutter to be removed. Quantities for this pay item are approximate and are given only to establish a unit price for the work The price bid per linear foot for "CURB -CURB & GUTIER AS DIRECTED BY INSPECTOR -REPLACE" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 46. PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL (810-00471): This item will consist of the furnishing and placing an HMAC surface in transition areas where indicated on the plans, as specified in these specifications and at other locations as may be d irected by the ENGINEER. This item shall be governed by all applicable provisions of Standard Specifications Item 312. The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 47. PAY ITEM -PIPE - 6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC -INSTALL (810-00924): No specific location for this item is designated on the plans. Subdrain shall be installed only if field conditions indicate ground water at subgrade level after excavation and if deemed necessary by the ENGINEER. Rev 2-19-10 SP-20 48. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372): Description : This item will consist of the basic requirements which the Contractor must comply with in order to provide for the safety and health of workers in a trench . The Contractor shall develop, design and implement the trench excavation safety protection system . The Contractor shall bear the sole responsibility for the adequacy of the trench safety system and providing "a safe place to work" for the workman . The trench excavation safety protection system shall be used for all trench excavations deeper than five (5) feet. The Excavating and Trenching Operation Manual of the Occupational Safety and Health Admin istration , U.S. Department of Labor, shall be the minimum governing requirement of this item and is hereby made a part of this specification. The Contractor shall , in addition, comply with all other applicable Federal , State and local rules , regulat ions and ordinances . Measurement and Payment: All methods used for trench excavation safety protection shall be measured by the linear foot of trench and paid at the unit price in the Proposal, which shall be total compensation for furnishing design , materials , tools , labor, equipment and incidentals necessary, including removal of the system . Trench depth for payment purposes for Trench Safety Systems is the vertical depth as measured from the top of the existing ground to the bottom of the pipe. 49 . PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL (BID-00486) and SUBGRADE -LIME FOR STABILIZATION -INSTALL (BID-00496): See Standard Specifications Item No . 210 , "Lime Treatment (Material Manipulation)" and Specification Item No . 212 , "Hydrated Lime and Lime Slurry" for specifications governing the items . Quantities for these pay item are approximate and are given only to establish a unit price for the work. The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL" as shown in the Proposal will be full payment for all labor, equipment , tools and incidentals necessary to complete the work. The price bid per ton for "SUBGRADE -LIME FOR STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work . 50 . PAY ITEM -PAVEMENT-6 INCH HMAC -INSTALL (BID-00451): N/A 51 . PAY ITEMS -WALK -INSTALL (BID-00528), CURB & GUTTER -INSTALL (BID- 00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND DRIVEWAY -INSTALL (BID-00401) Concrete flatwork is defined as curb, curb and gutter, sidewalks , leadwalks, wheelchair ramps and driveways as shown in the plans. This provision governs the sequence of work related to concrete flatwork and shall be considered a supplement to the specifications governing each specific item . The Contractor shall not remove any regulatory sign , instruct ion sign , street name and sign or other sign which has been erected by the City . The Contractor shall contact Signs and Marking Division , TPW. Rev 2-19-10 SP-21 Required backfilling and finished grading adjacent to flatwork shall be comp leted in order for the flatwork to be accepted and measured as completed . No payment will be made for flatwork until the pay item has been completed , which includes backfilling and finished grading . · The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The price bid per linear foot for "CURB & GUTTER -INSTALL "as shown in the Proposal will be full payment for materials necessary to complete the work for that item . The price bid each ton for "WALK -ADA WHEELCHAIR RAMP -INSTALL " as shown in the Proposal will be full payment for materia ls necessary to complete the work for that item. The type of ramp shall be per plan and shall be called out in the Proposal item. The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . 52. PAY ITEMS -WALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE (BID- 00424), WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND DR IVEWAY -REMOVE (BID-00402): These items include removal of existing concrete sidewalks, driveways , steps, leadwalks and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER. See Item No. 104 "Removing Old Concrete", for Specifications governing this item . 53 . PAY ITEMS -WALK -STEPS -REMOVE (BID-00537) and WALK -STEPS - INSTALL (BID-00536): See Standard Specification Item No . 516 , "Concrete Steps " for specifications governing this item as well as Detail SM-3 . The price bid per square foot for "WALK -STEPS -REMOVE " and "WALK -STEPS - INSTALL" as shown in the Proposal will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the removal and construction of the concrete steps . 54 . PAY ITEMS -FENCE -REMOVE (BID-00127) and FENCE -INSTALL (BID-00126): This item shall include the removal and reconstruction (or installation of new)of the existing fence at the locations shown on the plans or where deemed necessary by the ENGINEER. The Contractor shall exercise caution in removing and salvaging the materials to they may be used in reconstructing the fence . Their constructed fence shall be equal in every way, or superior, to the fence removed . The Contractor shall be responsible for keeping livestock within the fenced areas during construction operation and while removing and relocating the fence, and for any damage or injury sustained by persons , livestock or property on account of any act of omission , neglect or misconduct of his agents , employees , or subcontractors . The unit price per linear foot shown on the Proposal shall be full compensation for all materials , labor, equipments , tools and incidentals necessary to complete the work for each . Rev 2-19 -10 SP-22 55 . PAY ITEM -CURB & GUTTER - 7 INCH W/ 18 " GUTTER -INSTALL (810-00426): All provisions of Standard Specification No . 502 'Concrete Curb and Gutter' shall apply except as modified herein: Subsidiary to the unit price bid per linear foot shall be the following: A minimum of 5" or greater as required depth of stabilized subgrade properly compacted under the proposed curb and gutter as shown in the construction details . If the Contractor fails to backfill either in from of the gutter or behind the curb within seven (7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be reduced by 25% until the backfill operation is complete. Standard Specifications Item No . 502 , shall apply except as herein modified . Concrete shall have minimum compressive strength of three thousand (3 ,000) pounds per square inch in twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is required . 56. PAY ITEMS -MAILBOX -REMOVE (810-00408) and MAILBOX -INSTALL (810- 00407) N/A 57 . PAY ITEM -FILL MATERIAL-BORROW-INSTALL (00543): The non -expansive earth fill should consist of soil materials with a liquid limit of 35 or less , a plasticity index between 8 and 20 , a minimum of 35 percent passing the No. 200 sieve , a minimum of 85 percent passing the No. 4 sieve , and which are free of organics or other deleterious materials. When compacted to the recommended moisture and density , the material should have a maximum free swell value of 0 .5 percent and a maximum hydraulic conductivity (permeability) of 1 E-05 cm/sec , as determined by laboratory testing of remolded specimens of the actual materials proposed for the non-expansive earth fill. The price bid pe r cubic yard for "FILL MATERIAL -BORROW-INSTALL" as shown in the Proposal will be full payment for materials necessary to complete the work for that item . Rev 2-19-10 SP-23 58. PAY ITEM -PAVEMENT -VALLEY GUTTER -INSTALL (BID-00473): This item shall include the construct ion of concrete valley gutters at various locations to be determined in field . Removal of existing , asphalt pavement, concrete base , curb and gutter, and necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnish ing and placing of 2 :27 concrete base and crushed limestone to a depth as directed by the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter deta ils shall be subsid iary to this Pay Item. See standard specification Item 314 "Concrete Pavement", 312 "Hot-Mix Asphaltic Concrete", Item No . 104, "Removing Old Concrete ", Item No . 106, "Unclassified Street Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be by the square yard of concrete pavement and the curb and gutter section will be included . Contractor may substitute 5" non-reinfo rced (2 :27) Concrete Base in lieu of Crushed Stone at no additional cost. See Item 314 " Concrete Pavement". The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall work on one-half of Valley gutter at a time , and the other half shall be open to traffic. Work shall be completed on each half within seven (7) calendar days . 59. PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL (BID- 00101 ): NIA 60. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP - INSTALL (BID-00100): PERMIT: As defined by Texas Commiss ion on Environmental Quality (TCEQ) regulations , a Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all construction activities that result in the disturbance of one to five acres (Small Construction Activity) or five or more acres of total land (Large Construction Activity). The Contractor is defined as an "operator'' by state regulations and is required to obtain a permit. Soil stab ilization and structural practices have been selected and designed in accordance with North Central Texas Council of Governments Best Management Practices and Erosion Control Manual for Construction Activities (BMP Manual). Not all of the structural controls discussed in the BMP Manual will necessarily apply to this project. Best Management Practices are construction management techniques that , if properly utilized , can minimize the need for physica l controls and possible reduce costs . The methods of control shall result in minimum sediment retention of not less than 70%. NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater than 5 acres , the Contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the TCEQ of construction activity as well as a commitment that the Contractor understands the Rev 2-19-10 SP-24 requirements of the permit for storm water discharges from construction activities and that measures will be taken to implement and maintain storm water pollution prevention at the site . The NOi shall be subm itted to the TCEQ at least 48 hours prior to the Contractor moving on site and shall include the required $325 application fee (if mailed) or $225 (if e- filed). The NOi shall be ma iled to : BY REGULAR U.S . MAIL Texas Commission on Environmental Qual ity Storm Water Processing Center (MC228) P.O. Box 13087 Austin , TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin , TX 78753 NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the Contractor shall sign, prior to final payment , a TCEQ Notice of Term ination (NOT) form prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the requirement of the permit. The NOT should be mailed to : BY REGULAR U.S . MAIL Texas Commission on Environmental Qual ity Storm Water Processing Center (MC228) P.O. Box 13087 Austin , TX 78711-3087 BY OVERNIGHT/EXPRESS MAIL Texas Commission on Environmental Quality Storm Water Processing Center (MC228) 12100 Park 35 Circle Austin , TX 78753 A copy of the NOi and NOT shall be sent to : City of Fort Worth Department of Environmental Management 1000 Throckmorton Street Fort Worth , TX 76102 STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an erosion control and toxic waste management plan and a narrative defining site parameters and techniques to be employed to reduce the release of sed iment and pollution from the construction site . Five of the project SWPPP 's are available for viewing at the plans desk of the Department of Transportation and Public Works . The selected Contractor shall be Rev 2-19-10 SP-25 provided with three copies of the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to the Texas Commission on Environmental Quality . LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ requirements prepared by the ENGINEER shall be prepared and implemented at least 48 hours before the commencement of construction activities . The SWPPP shall be incorporated into in the contract documents . The Contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan must be submitted to the ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the permit since the actual construction activities may vary from those anticipated during the preparation of the SWPPP . Modifications may be required to fully conform to the requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at the construction site . Any alterat ions to the SWPPP proposed by the Contractor must be prepared and submitted by the Contractor to the ENGINEER for review and approval. A Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization has been achieved on all portions of the site that is the responsibility of the permittee , or, when another permitted operator assumes control over all areas of the site that have not been finally stabilized. SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE ACRE BUT LESS THAN FIVE ACRES : Submiss ion of a NOi form is not required. However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site Notice must be sent to the City of Fort Worth Department of Environmental Management at the add~ess listed above . A SWPPP , prepared as described above, shall be implemented at least 48 hours before the commencement of construction activities. The SWPPP must include descriptions of control measures necessary to prevent and control soil erosion , sedimentation and water pollution and will be included in the contract documents . The control measures shall be installed and maintained throughout the construction to assure effective and continuous water pollution control. The controls may include, but not be limited to, s ilt fences, straw bale dikes , rock berms , diversion dikes , interceptor swales , sediment traps and basins, pipe slope drain , inlet protection , stabilized construction entrances , seeding, sodding, mulch i ng , soil retention blankets , or other structural or non-structural storm water pollution controls . The method of control shall result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from the proposed control measures must be submitted to the ENGINEER for approval. PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on the proposal as full compensation for all items contained in the project SWPPP. 61. PAY ITEM -TRAFFIC CONTROL-INSTALL (BID-00181): The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for providing traffic control during the construction of this project consistent with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ," codified as Article 6701d Vernon 's Civil Statutes , pertinent sections being Section Nos . 27 , 29 , 30 and 31 . Rev 2-19-10 SP-26 Unless otherwise included as part of the Construction documents, the Contractor shall submit a traffic control plan (duly sealed , signed and dated by a Registered Professional Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the preconstruction conference . The P .E. preparing the traffic control plan may utilize standard traffic reroute configurations posted as "Typicals " on the City 's Buzzsaw website . Although work will not begin unti l the traffic control plan has been reviewed and approved , the Contractor's time will begin in accordance with the timeframe mutually established in the 'Notice to Proceed' issued the Contractor. The Contractor will not remove any regulatory sign , instructional sign, street name sign or other sign, which has been erected by the City . If it is determined that a sign must be removed to permit required construction , the Contractor shall contact the Transportation and Public Works Department to remove the sign. In the case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above-referenced manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings Division to reinstall the permanent sign and shall leave his temporary sign in place until such reinstallation is completed . Work shall not be performed on certain locatio ns/streets during upeak t raffic periods" as determination by the City Traffic Engineer. The lump sum pay item for traffic contro l shall cove r design, and I or installation and maintenance of the traffic contro l plans. 62. PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID-00504): The Contractor shall construct and install two (2) Project Designation Signs and it will be the responsibility of the Contractor to maintain the signs in a presentable condition at all times on each project under construction . Maintenance will include painting and repairs as directed by the ENGINEER. It will be the responsibility of the Contractor to have the individual project signs lettered and painted in accordance with the enclosed detail. The qual ity of the paint, painting and lettering on the signs shall be approved by the ENGINEER. The height and arrangement of the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of%" fir plywood , grade A-C (exterior) or better. These signs shall be installed on barricades or as directed by the ENGINEER and in place at the project site upon commencement of construction . The work , which includes the painting of the signs , installing and removing the signs , furnishing the materials , supports and connections to the support and maintenance shall be to the satisfaction of the ENGINEER. A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. Rev 2-19-10 SP-27 63 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR (BID-00414): This item is included for the basic purpose of establishing a contract price which will be comparable to the final cost of making necessary adjustments required due to street improvements to water, sanitary sewer and natural gas service lines and appurtenances where such service lines and appurtenances are the property owner's responsibility to maintain . An arbitrary figure has been placed in the Proposal ; however, this does not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the services of a licensed plumber to make the utility adjustments determined necessary by the ENGINEER. No payment will be made for utility adjustments except those adjustments determined necessary by the ENGINEER. Should the Contractor damage service lines due to his negligence , where such lines would not have required adjustment or repair otherwise, the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The payment to the Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility adjustments. 64 . PRE BID ITEM -TOP SOIL -INSTALL (BID-00147): The proposed quantities shown are calculated to provide topsoil 4 to 6 inches i n depth (compacted) over the parkway area and do not include deeper than design depth behind the curb. The pay item is intended to pay for topsoil that must be imported where suitable material is either not available on the job or cannot reasonably be stored on-site . Payment will be made on the basis of loose truck volume (full truck with sideboards up) tickets and material must meet City of Fort Worth standards for topsoil. Only the volume imported will be paid for and may be substantially less than the proposal quantities listed. 65 . PRE BID ITEM -VALVE BOX-ADJUSTMENT-SERVICES (BID-00847): Contractor will be responsible for adjusting water valve boxes to match new pavement grade . The water valves themselves will be adjusted by City of Fort Worth Water Department forces . A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment, tools and incidentals necessary to complete the work. 66 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849): This item shall include adjusting the tops of existing and/or proposed manholes to match proposed grade as shown on the plans or as directed by the ENGINEER. Standard Specification Item No. 450 shall apply except as follows : Included as part of this pay item shall be the application of a cold-applied preformed flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints on concrete manhole sections as per current City Water Department Special Conditions . A unit price bid per each has been assigned to this item (see Proposal). The assigned unit price will be full payment for materials including all labor, equipment , tools and incidentals necessary to complete the work . Rev 2-19-10 SP-28 67 . PRE BID ITEM -METER BOX-:-ADJUSTMENT -SERVICES (BID-00848): NIA 68. NON PAY ITEM-PAVEMENT -SILICONE JOINT SEALANT CITY OF FORT WORTH , TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT SPECIFICATION for SILICONE JOINT SEALING (Revision 1, October 18, 1989) (Revision 2 , May 12 , 1994) 1. SCOPE This specification for silicone joint sealing Portland Cement Concrete pavement and curbs shall supersede Item 314 .2 . (11) "Joint Sealing Materials" of STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF FORT WORTH , and Item 2 .210 "Joint Sealing " of STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF GOVERNMENTS. 2 . MATERIALS 2.1 The s ilicone joint sealant shall meet Federal Specification TT-S-001543A for Class A sealant except as modified by the test requirements of this specification . Before the installation of the joint sealant , the Contractor shall furnish the ENGINEER certification by an independent testing laboratory that the silicone joint sealant meet these requ irements . 2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year demonstrated , documented successful field performance with Portland Cement Concrete pavement silicone joint sealant systems . Verifiable documentation shall be submitted to the ENGINEER. Acetic acid cure sealants shall not be accepted. The silicone sealant shall be cold applied . 2 .3 Self-Leveling Silicone Joint Sealant The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint sealant as manufactured by Dow Corning Corporation , Midland , Ml 48686- 0994, or an approved equal. Test Method AS SUPPLIED **** Rev 2-19-10 Self-Leveling Silicone Joint Sealant Requirement Non Volatile Content , % min . 96 to 99 SP-29 MIL-S -8802 Extrusion Rate, grams/minute 275 to 550 ASTM D 1475 Specific Gravity 1.206 to 1.340 **** Skin-Over Time, minutes max. 60 **** Cure Time, days 14 to 21 **** Full Adhesion , days 14 to 21 AS CURED- ASTM D 412, Die Mod . Elongation , % min . 1400 ASTM D 3583 Modulus @ 150% Elongation , psi max . 9 (Sect. 14 Mod .) ASTM C 719 Movement, 10 cycles@ +100/-50% No Failure ASTM D 3583 Adhesion to Concrete, % Elongation min . 600 (Sect. 14 Mod .) ASTM D 3583 Adhesion to Asphalt, % Elongation min. 600 (Sect. 14 Mod .) 2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. The back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint sealant from flowing to the bottom of the joint. The backer rod and breaker tape shall be compatible with the silicone joint sealant and no bond or reaction shall . occur between them. Reference is made to the "Construction Detail " sheet for the various joint details with their respective dimensions. 3 . TIME OF APPLICATION On newly constructed Portland Cement Concrete pavement, the joints shall be initially saw cut to the required depth with the proper joint spacing as shown on the "Construction Detail " sheet or as directed by the ENGINEER within 12 hours of the pavement placement. (Note that for the "dummy" joints, the initial 1/4 inch width "green " saw-cut and the "reservoir" saw cut are identical and should be part of the same saw cutting operation. Immediately after the saw cutting pressure washing shall be applied to flush the concrete slurry from the freshly saw cut joints.) The pavement shall be allowed to cu re for a minimum of seven (7) days. Then the saw cuts for the joint sealant reservoir shall be inade , the joint cleaned, and the joint sealant installed. During the application of the joint sealant, the weather shall not be inclement and the temperature shall be 40F (4C) and rising . 4. EQUIPMENT 4.1 All necessary equipment shall be furnished by the Contractor. The Contractor shall keep his equ ipment in a satisfactory working condition and shall be inspected by the ENGINEER prior to the beginning of the work . The minimum requirements for construction equ i pment shall be as follows: 4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power to Rev 2-19-10 SP-30 complete the joint sawing to the required dimensions . 4.3 High Pressure Water Pump : The high pressure cold water pumping system shall be capable of delivering a sufficient pressure and volume of water to thoroughly flush the concrete slurry from the saw-cut joint. 4.4 Air Compressors: The delivered compressed air shall have a pressure in excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of all free water and oil from the compressed air. The blow-tube shall fir into the saw-cut joint. 4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume of sealant to the joint. 4.6 Injection Tool : This mechanical device shall apply the sealant uniformly into the joint. 4. 7 Sandblaster: The design shall be for commercial use with air compressors as specified in Paragraph 5.4 . 4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and free of contamination. They shall be compatible with the join depth and width requirements. 5. CONSTRUCTION METHODS 5.1 General : The joint reservoir saw cutting , cleaning , bond breaker installation , and joint sealant placement shall be performed in a continuous sequence of operations 5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on the "Construction Detail" sheet. The faces of the joints shall be uniform in width and depth along the full length of the joint. 5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall be completely removed from the joint and adjacent area by flushing with high pressure water. The water flushing shall be done in one-direction to prevent joint contamination. Rev 2-19-10 When the Contractor elects to saw the joint by the dry method, flushing the joint with high pressure water may be deleted . The dust resulting from the sawing shall be removed from the joint by using compressed air. (Paragraph Rev. 1, October 18, 1989) After complete drying, the joints shall be sandblasted . The nozzle shall be attached to a mechanical aiming device so that the sand blast will be directed at an angle of 45 degrees and at a distance of one to two inches from the face of the joint. Both joint faces shall be sandblasted in separate, one directional passes. Upon the termination of the sandblasting, the joints shall be blown-out using compressed air. The blow tube shall fit into the joints. SP-31 The blown joint shall be checked for res idual dust or other contamination . If any dust or contamination is found , the sandblasting and blowing shall be repeated until the joint is cleaned . Solvents will not be permitted to remove stains and contamination . Immediately upon clean i ng, the bond breaker and sealant shall be placed in the joint. Open , cleaned joints shall not be left unsealed overnight. Bond Breaker Rod and Tape: The bond breaker rod and tape shall be installed in the cleaned joint prior to the application of the joint sealant in a manner that will produce the required dimensions . 5.4 Joint Sealant: Upon placement of the bond breaker rod and tape, the joint sealant shall be applied using the mechanical injection tool. The joint sealant application shall not be permitted when the air and pavement temperature is less than 40F (4C). Joints shall not be sealed unless they are clean and dry. Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the pavement surface shall be removed and discarded and shall not be used to seal the joints. The pavement surface shall present a clean final condition . Traffic shall not be allowed on the fresh sealant until it becomes tack-free . Approval of Joints: A representative of the sealant manufacturer shall be present at the job site at the beg inning of the final cleaning and sealing of the joints . He shall demonstrate to the Contractor and the ENGINEER the acceptable method for sealant installation . The manufacturer's representative shall approve the clean , dry joints before the sealing operation commences . 6 . WARRANTY The Contractor shall provide the ENGINEER a manufacturer's written guarantee on all joint sealing materials. The manufacturer shall agree to provide any replacement material free of charge to the City. Also , the Contractor shall provide the ENGINEER a written warranty on all sealed joints. The Contractor shall agree to replace any failed joints at no cost to the City. Both warranties shall be for two years after final acceptance of the completed work by the ENGINEER. 7 . BASIS OF PAYMENT All costs associated with concrete joint sealant shall be subsidiary to the concrete item and no other compensation will be provided. 69 . NON -PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT: The concrete pavement acceptance policy shall be as follows : Rev 2-19-10 SP-32 A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient pavement thickness other than the tolerances specified below. 1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract un it price will be used for payment if the average thickness within the project meets or exceeds the specified designed thickness. 2 . Deficienc ies of greater than 0 .25-inch shall be removed and replaced with pavement of plan thickness at contractor's entire expense . B. Cracked Concrete Acceptance Policy. The criteria for acceptance or rejection of reinforced concrete that is cracked is as follows : 1. DEFINITIONS a. Minor crack -A crack of no more than 5 feet in length and does not extend i.) from the edge of a slab or from a pavement joint, or; ii.) the depth to the reinforcement steel of the concrete slab , or; iii .) an intermediate crack that is designated as a minor crack under Monitor Pavement Option 2. b. Intermediate Crack -A crack that extends from any edge of slab or joint a distance of no more than 5 feet. c. Structural or Major crack -A crack i.) of greater than 5 feet , or; ii.) that extends from the edge of a slab or from a pavement joint to any other edge of slab or joint, or; iii.) extends the full depth of the concrete slab , or; iv.) an intermediate crack that is designated as a structural crack under Monitor Pavement Option 2. d. City Engineer -In the application of this policy , the City Eng ineer is the Director of the Department of Transportation and Public Works or his designee. 2. ACCEPTABLE PAVEMENT-NO ACTION IS NECESSARY: A concrete panel with four (4) or less minor cracks as defined above is acceptable . (See Figure 1). No action is necessary and no routing and sealing is allowed . Rev 2-19 -10 SP-33 PLAN PROFILE Figure 1 -No action is necessary 3. MONITORED PAVEMENT A concrete pavement with one intermediate crack as defined above may be acceptable. The contractor has two options. Option No. 1 -The panel may be removed and replaced at contractor expense. Option No. 2 -The limit of the crack shall be identified for future reference by drilling a 1/2 " hole at the free end of the crack and sealing the crack with an approved epoxy material. If at the end of the warranty period the crack has not propagated theri the crack will be designated as a minor crack. If the crack has propagated then the crack is considered a structural crack. 4. STRUCTURALLY CRACKED PAVEMENT -FULL PANEL REPLACEMENT IS REQUIRED: A. If a panel contains greater than four (4) minor cracks and those cracks are determined to be caused primarily by a deficiency of material or workmanship , the panel must be removed and replaced by the Contractor at his own expense. (See Figure 2) Rev 2-19-10 SP-34 PLAN PROFILE Figure 2 -Full panel replacement is required. 8. All concrete panels with any structural or major crack as defined above that is determined to be caused, primarily, by a deficiency of material or workmanship must be removed and replaced in their entirety by the Contractor at his own expense. (See Figures 3 and 4 below) PLAN PROFILE Figure 3 -Full panel replacement is required. PLAN PROFILE Rev 2-19-10 SP-35 Figure 4 -Full panel replacement is required. C. If the edge of existing concrete pavement is damaged during the construction of adjacent pavement ; the damaged panel(s) must be removed and replaced in its entirety by the Contractor at his own expense . 5. APPLICATION AND FINAL DETERMINATION OF POLICY It is not the intention of this policy that the Contractor is requ ired to remove and replace at his own expense any concrete that cracks due primarily to causes other than his own materials and/or workmanship. While cracks may be caused by a comb ination of factors , a primary cause can be determined . It is the policy that if a deficiency of materials and/or workmanship be found to be the primary cause of a crack or cracks, then the contractor shall remove and replace the pane ls that contain the structural crack or cracks at no expense to the City . If cracks exist in the project , the City Engineer or his/her designee will make the determination if the crack is minor or structural. If the crack is structural , the Contractor and the City will attempt to agree on the cause or causes of the crack. If the Contractor and City agree that the cause of a structural crack requir ing removal and replacement is due primarily to Contractor's deficient material or workmanship, the concrete pavement will be removed and replaced at Contractor's entire expense . If the Contractor and City cannot agree as to the cause of a structural crack , the City may hire an independent geotechnical eng ineer to perform testing and analysis to determine the cause of the crack. The contractor will escrow 50% of the proposed costs of the geotechnical contract with the City. The contractor and the City shall use the services of a geotechnica l firm acceptable to both parties . If the geotechnical engineer determines that the primary cause of a structural crack is due to Contractor's deficient material or workmanship , the deficient concrete pavement will be removed and replaced at Contractor's entire expense and the Contractor will also pay the City for the balance of the cost of the geotechnical investigat ion over and above the amount that has previously been escrowed . If the geotechnical engineer determines that the primary cause of the structural crack is not due to Contractor's deficient material or workmanship , the concrete pavement will not be removed and · replaced without additional compensation to the Contractor. In turn , the Rev 2-19-10 SP-36 Contractor's escrowed funds, as described above, will be released. 70 . NON-PAY ITEM -CLEARING AND GRUBBING: All objectionable items within the limits of this project and not otherwise provided for shall be removed under this item in accordance with Standard Specification Item 102, "Clearing and Grubbing ." However, no direct payment will be made for this item and it shall be considered incidental to this contract. 71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL: All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall apply. However, no direct payment will be made for this item and it shall be considered incidental to this contract. 72. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL: All property along and adjacent to the Contractor's operations includ ing lawns , yards , shrubs , trees , etc . shall be preserved or restored after completion of the work to a condition equal or better than existed prior to start of work. By ordinance , the Contractor must obta in a permit from the City Forester before any work (trimming , removal or root pruning) can be done on trees or shrubs growing on public property including street rights-of-way and designated alleys . This permit can be obtained by calling the Forestry Office . All tree work shall be in compliance with pruning standards for Class II Pruning as described by the National Arborist Association. A copy of these standards can be provided by calling the above number. Any damage to public trees due to negligence by the Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by the International Society of Arboriculture . Payment for negligent damage to public trees shall be made to the City of Fort Worth and may be withheld from funds due to the Contractor by the City . To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be immediately sealed using a commercial pruning paint. Th is is the only instance when pruning paint is recommended. 73 . NON-PAY ITEM -CONCRETE COLORED SURFACE : Concrete wheelchair ramp surfaces, excluding the side slopes and curb , shall be colored with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M . Scofield Company or equal , shall be used in accordance with manufacturers' instructions . Contractor shall provide a sample concrete panel of one foot by one foot by three inches dimension, or other dimension approved by the ENGINEER, meeting the aforementioned specifications. The sample , upon approval of the ENGINEER , shall be the acceptable standard to be applied for all construction covered in the scope of this Non-Pay Item. No direct payment will be made for this item and it shall be considered incidental to this contract. The method of application shall be by screen, sifter, sieve , or other means in order to provide for a uniform color distribution. 74 . NON-PAY ITEM -PROJECT CLEAN-UP : The Contractor shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered Rev 2-19-10 SP-37 subsidiary to the appropriate bid items. Clean up work shall be done as directed by the ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is necessary, clean up shall be done on a daily basis. Clean up work shall include , but not be limited to : • Sweeping the street clean of dirt or debris • Storing excess material in appropriate and organized manner • Keeping trash of any kind off other properties. If the ENGINEER does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will be reduced by 25%. Final cleanup work shall be done for this project as soon as the paving and curb and gutter has been constructed. No more than seven days shall elapse after completion of construction before the roadway and right-of-way is cleaned up to the satisfaction of the ENGINEER. 75. NON-PAY ITEM -PROJECT SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format , and schedule files shall also be submitted in native file format (i.e. file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: -Primavera (Version 6 .1 or later or approved by OWNER) -Primavera Contractor (Version 6.1 or later or approved by OWNER) -Primavera SureTrak (Version 3.x or later or approved by OWNER) -Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules . A qualified Project Scheduler would have the following minimum capabilities and experience . a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification . b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues . c . Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained , and progressed that accurately represents the scope of work performed. 75 .(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR's understanding of the contract requirements and approach for performing the work. The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any. The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. Rev 2-19-10 SP-38 The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time . b. The construction progress shall be divided into activities with time durations no greater than 20 work days . Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified . The construction schedule shall be d ivided into general activities as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration. The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes , the same as if copies verbatim herein . For each general activity , the construction schedule shall identify all trades or subcontracts applicable to the proj ect whose work is represented by activities that follow the guidelines of this section . For each of the trades or subcontracts applicable to the project , the construction schedule shall indicate the following: procurement, construction , pre-acceptance activities , and events in their logical sequence for equipment and materials . Include applicable activities and milestones such as : 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transm ittal of submittals 4. Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10 . Final inspection 11. Operational testing 75(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. Rev 2-19 -10 SP-39 5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill 344, Acts 561 h Legislature, Regular Session, 1959, effective April 27, 1959, and/or the latest version thereof, supplying labor and materials in the prosecution of the work provided for in the contract being constructed under these specifications . Payment Bond shall remain in force until all payments as above stipulated are made. d. OTHER BONDS: Such other bonds as may be required by these Contract Documents shall be furnished by the Contractor. No sureties will be accepted by the Owner which are at the time in default or delinquent on any bonds or which are interested in any litigation against the Owner. All bonds shall be made on the forms furnished by the Owner and shall be executed by an approved surety company doing business in the City of Fort Worth, Texas, and which is acceptable to the Owner. In order to be acceptable, the name of the surety shall be included on the current U.S. Treasury list of acceptable sureties, and the amount of bond written by any one acceptable company shall not exceed the amount shown on the Treasury list for that company. Each bond shall be properly executed by both the Contractor and Surety Company. Should any surety on the contract be determined unsatisfactory at any time by the Owner, notice will be given the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the Owner. No payment will be made under the contract until the new surety or sureties, as required, have qualified and have been accepted by the Owner. The contract shall not be operative nor will any payments be due or paid until approval of the bonds by the Owner. C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute and file with the Owner, the Contract and such bonds as may be required in the Contract Documents. No Contract shall be binding upon the Owner until it has been attested by the City Secretary, approved as to form and legality by the City Attorney, and executed for the Owner by either the Mayor or City Manager. C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to execute the required bond or bonds or to sign the required contract within ten (10) days after the contract is awarded shall be considered by the owner as an abandonment of his proposal, and the owner may annual the Award. By reason of the uncertainty of the market prices of material and labor, and it being impracticable and difficult to accurately determine the amount of damages occurring to the owner by reason of said awardee's failure to execute said bonds and contract within ten ( 10) days, the proposal security accompanying the proposal shall be the agreed amount of damages which the Owner will C3-3 (3) suffer by reason of such failure on the part of the Awardee and shall thereupon immediately by forfeited to the Owner. The filing of a proposal will be considered as acceptance of this provision by the Bidder. C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until authorized in writing to do so by the Owner. Should the Contractor fail to commence work at the site of the project within the time stipulated in the written authorization usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company will, within ten (10) days after the commencement date set forth in such written authorization, commence the physical execution of the contract. C3-3 .11 INSURANCE: The Contractor shall not commence work under this contract until he has obtained all insurance required under the Contract Documents, and such insurance has been approved by the Owner. The prime Contractor shall be responsible for delivering to the Owner the sub-contractor's certificate of insurance for approval. The prime Contractor shall indicate on the certificate of insurance included in the documents for execution whether or not his insurance covers sub-contractors. It is the intention of the Owner that the insurance coverage required herein shall include the coverage of all sub-contractors. a. COMPENSATION INSURANCE: The Contractor shall maintain, during the life of this contract, Worker's Compensation Insurance on all of his employees to be engaged in work on the project under this contract, and for all sub-contractors . In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Worker's Compensation Statute, the Contractor shall provide adequate employer's general liability insurance for the protection of such of his employees not so protected. b . C. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The Contractor Shall procure and shall maintain during the life of this contract, Comprehensive General Liability Insurance (Public Liability and Property Damage Insurance) in the amount not less than $500,000 covering each occurrence on account of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence on account of property ' damage with $2,000,000 umbrella policy coverage. ADDITIONAL LIABILITY: The Contractor shall furnish insurance as a separate policies or by additional endorsement to one of the above-mentioned policies, and in the amount as set forth for public liability and property damage, the following insurance: 1. Contingent Liability ( covers General Contractor's Liability for acts of sub-contractors). C3-3 (4) 2. Blasting, prior to any blasting being done. 3. Collapse of buildings or structures adjacent to excavation ill excavation are performed adjacent to same). 4 . Damage to underground utilities for $500,000. 5. Builder's risk (where above-ground structures are involved). 6. Contractual Liability (covers all indemnification requirements of Contract). d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY DAMAGE: The Contractor shall procure and maintain during the life of this Contract, Comprehensive Automobile Liability Insurance in an amount not less than $250,000 for injuries including accidental death to any one person and subject to the same limit for each person an amount not less than $500,000 on account of one accident, and automobile property damage insurance in an amount not less than $100,000 . e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance required under the above paragraphs shall provide adequate protection for the Contractor and his sub-contractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him, and also against any of the following special hazards which may be encountered in the performance of the Contract. f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the owner with satisfactory proof of coverage by insurance required in these Contract Documents in the amounts and by carriers satisfactory to the Owner. (Sample attached.) All insurance requirements made upon the Contractor shall apply to the sub-contractors, should the Prime Contractor's insurance not cover the sub-contractor's work operations. g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance and bonding companies with whom the Contractor's insurance and C3-3 (5) performance, payment, maintenance and all such other bonds are written, shall be represented by an agent or agents having an office located within the city limits of the City of Fort Worth. Tarrant County, Texas. Each such agent shall be a duly qualified, one upon whom authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with the City of Fort Worth, or any other claimant, and claims that the City of Fort Worth or other claimant or any property owner who has been damaged, may have against the Contractor, insurance, and/or bonding company. If the local insurance representative is not so empowered by the insurance or bonding companies, then such authority must be vested in a local agent or claims officer residing in the Metroplex, the Fort Worth- Dallas area. The name of the agent, or agents shall be set forth on all such bonds and certificates of insurance. C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor shall pay for all materials, labor and services when due. C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment of wages to all persons engaged in work on the project at the site of the project shall be furnished to the Owner's representative within seven (7) days after the close of each payroll period. A copy or copies of the applicable minimum wage rates as set forth in the Contract Documents shall be kept posted in a conspicuous place at the site of the project at all times during the course of the Contract. Copies of the wage rates will be furnished the Contractor, by the Owner; however, posting and protection of the wage rates shall be the responsibility of the Contractor. C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor, whether a person, persons, partnership, company, firm, association, corporation or other who is approved to do business with and enters into a contract with the City for construction of water and/or sanitary sewer facilities, will have or shall establish a fully operational business office within the Fort Worth-Dallas metropolitan area. The Contractor shall charge, delegate, or assign this office ( or he may delegate his Project Superintendent) with full authority to transact all business actions required in the performance of the Contract. This local authority shall be made responsible to act for the Contractor in all matters made responsible to act for the Contractor in all matters pertaining to the work governed by the Contract whether it be administrative or other wise and as such shall be empowered, thus delegated and directed, to settle all material, labor or other expenditure, all claims against work or any other mater associated such as maintaining adequate and appropriate insurance or security coverage for the project. Such local authority for the administration of the work under the Contract shall be maintained until all business transactions executed as part of the Contract are complete. Should the Contractor's principal base of operations be other than in the Fort Worth- Dallas metropolitan area, notification of the Contractor's assignment of local authority shall be made in writing to the Engineer in advance of any work on the project, all C3-3 (6) appropriately signed and sealed, as applicable, by the Contractor's responsible offices with the understanding that this written assignment of authority to the local representative shall become part of the project Contract as though bound directly into the project documents. The intent of these requirements is that all matters associated with the Contractor's administration, whether it be oriented in furthering the work, or other, be governed direct by local authority. This same requirement is imposed on insurance and surety coverage. Should the Contractor's local representative fail to perform to the satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such local representative be replaced and the Engineer may, at his sole discretion, stop all work until a new local authority satisfactory to the Engineer is assigned. No credit of working time will be allowed for periods in which work stoppages are in effect for this reason . C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant County, Texas. C3-3 (7) SECTION C4-4 SCOPE OF WORK PART C -GENERAL CONDITIONS C4-4 SCOPE OF WORK C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these Contract Documents to provide for a complete, useful project which the Contractor undertakes to construct or furnish, all in full compliance with the requirements and intent of the Contract Documents. It is definitely understood that the Contractor shall do all work as provided for in the Contract Documents, shall do all extra or special work as may be considered by the Owner as necessary to complete the project in a satisfactory and acceptable manner. The Contractor shall, unless otherwise specifically stated in these Contract Documents, furnish all labor, tools, materials, machinery, equipment, special services, and incidentals necessary to the prosecution and completion of the project. C4-4 .2 SPECIAL PROVISIONS: Should any work or conditions which are not thoroughly and satisfactorily stipulated or covered by General or Special Conditions of these Contract Documents be anticipated, or should there be any additional proposed work which is not covered by these Contract Documents, the "Special Provisions" covering all such work will be prepared by the Owner previous to the time of receiving bids or proposals for any such work and furnished to the Bidder in the form of Addenda. All such "Special Provisions" shall be considered to be part of the Contract Documents just as though they were originally written therein. C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right to alter the quantities of the work to be performed or to extend or shorten the improvements at any time when and as found to be necessary, and the Contractor shall perform the work as altered, increased or decreased at the unit prices. Such increased or decreased quantity shall not be more than twenty-five (25) percent of the contemplated quantity of such item or items. When such changes increase or decrease the original quantity of any item or items of work to be done or materials to be furnished by the 25 percent or more, then either party to the contract shall upon written request to the other party be entitled to a revised consideration upon that portion of the work above or below the 25 percent of the original quantity stated in the proposal; such revised consideration to be determined by special agreement or as hereinafter provided for "Extra Work." No allowance will be made for any changes in anticipated profits not shall such changes be considered as waiving or invalidating any conditions or provisions of the Contract Documents. Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to the various depth categories. C4-4 (1) C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the owner reserves the right to make such changes in the Contract Documents and in the character or quantities of the work as may be necessary or desirable to insure completion in the most satisfactory manner, provided such changes do not materially alter the original Contract Documents or change the general nature of the project as a whole. Such changes shall not be considered as waiving or invalidating any condition or provision of the Contract Documents . C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents, shall be defined as "Extra Work" and shall be performed by the Contractor in accordance with these Contract Documents or approved additions thereto; provided however, that before any extra work is begun a "Change order" shall be ex(!cuted or written order issued by tjle Owner to do the work for payments or credits as shall be determined by one or more combination of the following methods: a. Unit bid price previously approved. b . An agreed lump sum. c . The actual reasonable cost of (1) labor, (2) rental of equipment used on the extra work for the time so used at Associated General Contractors of America current equipment rental rates, (3) materials entering permanently into the project, and (4) actual cost of insurance, bonds, and social security as determined by the Owner, plus a fixed fee to be agreed upon but not to exceed 10 percent of the actual cost of such extra work. The fixed fee is not to include any additional profit to the Contractor for rental of equipment owner by him and used for extra work. The fee shall be full and complete compensation to cover the cost of superintendence, overhead, other profit, general and all other expense not included in (1), (2), (3), and ( 4) above. The Contractor shall keep accurate cost records on the form and in the method suggested by the Owner and shall give the Owner access to all accounts, bills, vouchers, and records relating to the Extra Work. No "Change Order" shall become effective until it has been approved and signed by each of the Contracting Parties. No claim for Extra Work of any kind will be allowed unless ordered in writing by the Owner. In case any orders or instructions, either oral or written, appear to the Contractor to involve Extra Work for which he should receive compensation, he shall make written request to the Engineer for written orders authorizing such Extra Work, prior to beginning such work. C4-4 (2) Should a difference arise as to what does or dose not constitute Extra Work, or as to the payment thereof, and the Engineer insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof as provided under method (Item C). Claims for extra work will not be paid unless the Contractor shall file his claim with the Owner within five (5) days before the time for making the first estimate after such work is done and unless the claim is supported by satisfactory vouchers and certified payrolls covering all labor and materials expended upon said Extra Work. The Contractor shall furnish the Owner such installation records of all deviations from the original Contract Documents as may be necessary to enable the Owner to prepare for permanent record a corrected set of plans showing the actual installation. The compensation agreed upon for "Extra Work" whether or not initiated by a "Change Order" shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or extra work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or extra work. C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline construction schedule that meets the requirements described in this specification, showing by Critical Path Method (CPM) the planned sequence and timing of the Work associated with the Contract. All submittals shall be submitted in PDF format, and schedule files shall also be submitted in native file format (i.e . file formats associated with the scheduling software). The approved scheduling software systems for creating the schedule files are: Primavera (Version 6.1 or later or approved by OWNER) Primavera Contractor (Version 6.1 or later or approved by OWNER) Primavera SureTrak (Version 3.x or later or approved by OWNER) Microsoft Project (Version 2003/2007 or later or approved by OWNER) It is suggested that the CONTRACTOR employ or retain the services of a qualified Project Scheduler to develop the required schedules. A qualified Project Scheduler would have the following minimum capabilities and experience. a. Experience preparing and maintaining detailed schedules, as well as 1 year of experience using approved scheduling software systems as defined in this specification. b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules to determine duration, resource allocation, and logic issues . C4-4 (3) c. Understanding of construction work processes to the extent that a logical critical path method schedule can be developed, maintained, and progressed that accurately represents the scope of work performed. C4-4 .6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit and review the draft detailed baseline construction schedule with the OWNER to demonstrate the CONTRACTOR' s understanding of the contract requirements and approach for performing the work . The CONTRACTOR will prepare the final detailed baseline construction schedule based on OWNER comments, if any. The CONTRACTOR's first (1st) payment application will only be processed after the detailed baseline construction schedule has been submitted by the CONTRACTOR and accepted by the OWNER. The following guidelines shall be adhered to in preparing the baseline construction schedule. a. Milestone dates and final project completion dates shall be developed to conform to the time constraints, sequencing requirements, and completion time. b. The construction progress shall be divided into activities with time durations no greater than 20 work days. Fabrication, delivery and submittal activities are exceptions to this guideline. c. Activity durations shall be in work days and normal holidays and weather conditions over the duration of the contract shall be accounted for within the duration of each activity. d. The critical path shall be clearly shown on the construction schedule. e. Float time is defined as the amount of time between the earliest start date and the late start date using CPM. Float time is a shared and expiring resource and is not for the exclusive use or benefit of the CONTRACTOR or OWNER. f. Thirty days shall be used for submittal review unless otherwise specified. The construction schedule shall be divided into general act1v1t1es as indicated in the Schedule Guidance Document and each general activity shall be broken down into sub- activities in enough detail to achieve sub-activities of no greater than 20 days duration . The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this contract document by reference for all purposes, the same as if copies verbatim herein. For each general activity, the construction schedule shall identify all trades or subcontracts applicable to the project whose work is represented by activities that follow the guidelines of this section. For each of the trades or subcontracts applicable to the project, the construction schedule shall indicate the following: procurement, construction, pre-acceptance activities, and C4-4 (4) events in their logical sequence for equipment and materials. Include applicable activities and milestones such as: 1. Milestone for formal Notice to Proceed 2. Milestone for Final Completion or other completion dates specified in the contract documents 3. Preparation and transmittal of submittals 4 . Submittal review periods 5. Shop fabrication and delivery 6. Erection and installation 7. Transmittal of manufacturer's operation and maintenance instructions 8. Installed equipment and material testing 9. Owner's operator instructions (if applicable) 10. Final inspection 11 . Operational testing C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and submit monthly to the OWNER for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and record actual progress as described in the Schedule Guidance Document. The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path, • Expected schedule changes, • Potential delays, • Opportunities to expedite the schedule, • Coordination issues the OWNER should be aware of or can assist with, • Other schedule-related issues that the CONTRACTOR wishes to communicate to the OWNER. a. The CONTRACTOR's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates , submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and this specification. c. Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted . C4-4 (5) C-4-4.6{c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as necessary to improve his progress. In addition, the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requirements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work with due diligence as will ensure completion within the time specified in the Contract. C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents. The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS: 1. At a minimum, each Activity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 3 requirements, and additionally the following : 2. Work (Schedule of Values Pay Items using the OWNER's standard items) shall be loaded into the scheduling software using the "NON- LABOR" resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed. TIER 5 COST LOADING SPECIAL INSTRUCTIONS: 1. Adhere to all Tier 4 requirements, and additionally the following : • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. C4-4 (6) PART C -GENERAL CONDITIONS C5-5 CONTROL OF WORK AND MATERIALS SECTION CS-5 CONTROL OF WORK AND MATERIALS CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the satisfaction of the Engineer and in strict compliance with the Contract Documents. The Engineer shall decide all questions which arise as to the quality and acceptability of the materials furnished, work performed, rate of progress of the work, overall sequence of the construction, interpretation of the Contract Documents, acceptable fulfillment of the Contract, compensation, mutual rights between Contractor and Owner under these Contract Documents , supervision of the work, resumption of operations, and all other questions or disputes which may arise. Engineer will not be responsible for Contractor's means, methods, techniques, sequence or procedures of construction, or the safety precaution and programs incident thereto, and he will not be responsible for Contractor's failure to perform the work in accordance with the contract documents . The Engineer shall determine the amount and quality of the work completed and materials furnished, and his decisions and estimates shall be final. His estimates in such event shall be a condition to the right of the Contractor to receive money due him under the Contract. The Owner shall have executive authority to enforce and make effective such necessary decisions and orders as the Contractor fails to carry out promptly. In the event of any dispute between the Engineer and Contractor over the decision of the Engineer on any such matters, the Engineer must, within a reasonable time, upon written request of the Contractor, render and deliver to both the owner and Contractor, a written decision on the matter in controversy. CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or any other requirements other wise described in the Contract Documents. Any deviation from the approved Contract Documents required by the Engineer during construction will in all cases be determined by the Engineer and authorized by the Owner by Change Order. CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract Documents are made up of several sections, which, taken together, are intended to describe and provide for a complete and useful project, and any requirements appearing in one of the sections is as binding as though it occurred in all sections. In case of discrepancies , figured dimension shall govern over scaled dimensions, plans shall govern over specifications, special conditions shall govern over general conditions and standard specification, and quantities shown on the plans shall govern over those shown in the proposal. The Contractor shall not take advantage of any apparent error or omission in the CS-5 (1) Contract Documents, and the owner shall be permitted to make such corrections or interpretations as may be deemed neces sary for fulfillment of the intent of the Contract Documents. In the event the Contractor discovers an apparent error or discrepancy, he shall immediately call this condition to the attention of the Engineer. In the event of a conflict in drawings, specifications, or other portions of the Contract Documents which were not reported prior to the award of Contract, the Contractor shall be deemed to have quoted the most expensive resolution of the conflict. C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished with three sets of Contract Documents and shall have available on the site of the project at all times, one set of such Contract Documents. The Contractor shall give to the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Engineer, his inspector, and other Contractors in every possible way. The Contractor shall at all times have competent personnel available to the project site for proper performance of the work. The Contractor shall provide and maintain at all times at the site of the project a competent, English-speaking superintendent and an assistant who are fully authorized to act as the Contractor's agent on the work. Such superintendent and his assistant shall be capable of reading and understanding the Contract Documents and shall receive and fulfill instructions from the Owner, the Engineer, or his authorized representatives. Pursuant to this responsibility of the Contractor, the Contractor shall designate in writing to the project superintendent, to act as the Contractor's agent on the work . Such assistant project superintendent shall be a resident of Tarrant County, Texas , and shall be subject to call , as is the project superintendent, at any time of the day or night on any day of the week on which the Engineer determines that circumstances require the presence on the project site of a representative of the Contractor to adequately provide for the safety or convenience of the traveling public or the owners of property across which the project extends or the safety of the property contiguous to the project routing. The Contractor shall provide all facilities to enable the Engineer and his inspector to examine and inspect the workmanship and materials entering into the work. C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion of the Owner or Engineer, a condition of emergency exists related to any part of the work, the Contractor, or the Contractor through his designated representative , shall respond with dispatch to a verbal request made by the Owner or Engineer to alleviate the emergency condition. Such a response shall occur day or night, whether the project is scheduled on a calendar-day or a working-day basis . Should the Contractor fail to respond to a request from the Engineer to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the project specifications or plans, the Engineer shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the C5-5 (2) discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not shoe just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due the Contractor on the project. CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an adequate field office for use of the Engineer, if specifically called for. The field office shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air conditioned, lighted, and weather proof, so that documents will not be damaged by the elements. CS-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish the Contractor with all lines, grades , and measurements necessary to the proper prosecution and control of the work contracted under these Contract Documents, and lines, grades and measurements will be established by means of stakes or other customary method of marking as may be found consistent with good practice. These stakes or markings shall be set sufficiently in advance of construction operations to avoid delay . Such stakes or markings as may be established for Contractor's use or guidance shall be preserved by the Contractor until he is authorized by the Engineer to remove them. Whenever, in the opinion of the Engineer, any stakes or markings have been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost of replacing such stakes or marks plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will be authorized to inspect all work done and to be done and all materials furnished . Such inspection may extend to all or any part of the work, and the preparation or manufacturing of the materials to be used or equipment to be installed. A City Inspector may be stationed on the work to report to the Engineer as to the progress of the work and the manner in which it is being performed, to report any evidence that the materials being furnished or the work being performed by the Contractor fails to fulfill the requirements of the Contract Documents, and to call the attention of the Contractor to any such failure or other infringements. Such inspection or lack of inspection will not relieve the Contractor from any obligation to perform the work in accordance with the requirements of the Contract Documents. In case of any dispute arising between the Contractor and the City Inspector as to the materials or equipment furnished or the manner of performing the work, the City Inspector will have the authority to reject materials or equipment, and/or to suspend work until the question at issue can be referred to and decided by the Engineer. The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release any requirement of these Contract Documents, nor to approve or accept any portion or section of the work, nor to issue any instructions contrary tot he requirement s of the CS-5 (3) Contract Documents. The City Inspector will in no case act as superintendent or foreman or perform any other duties for the Contractor, or interfere with the management or operation of the work. He will not accept from the Contractor any compensation in any form for performing any duties. The Contractor shall regard and obey the directions and instructions of the City Inspector or Engineer when the same are consistent with the obligations of the Contract Documents of the Contract Documents, provided, however, should the Contractor object to any orders or instructions or the City Inspector, the Contractor may within six days make written appeal to the Engineer for his decision on the matter in Controversy. CS-5 .9 INSPECTION: The Contractor shall furnish the Engineer with every reasonable facility for ascertaining whether or not the work as performed is in accordance with the requirements of the Contract Documents. If the Engineer so requests, the Contractor shall, at any time before acceptance of the work, remove or uncover such portion of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the Contract Documents. Should the work exposed or examined prove acceptable, the uncovering or removing and replacing of the covering or making good of the parts removed shall be paid for as extra work, but should Work so exposed or examined prove to be unacceptable, the uncovering or removing and replacing of all adjacent defective or damaged parts shall be at the Contractor's expense. No work shall be done or materials used without suitable supervision or inspection. CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work, materials, or equipment which has been rejected shall be remedied or removed and replaced in an acceptable manner by the Contractor at this expense. Work done beyond the lines and grades given or as shown on the plans , except as herein specially provided, or any Extra Work done without written authority, will be considered as unauthorized and done at the expense of the Contractor and will not be paid for by the Owner. Work so done may be ordered removed at the Contractor's expense. Upon the failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this paragraph, the Engineer will have the authority to cause defective work to be remedied or removed and replaced and unauthorized work to be removed, and the cost thereof may be deducted from any money due or to become due tot he Contractor. Failure to require the removal of any defective or unauthorized work shall not constitute acceptance of such work. CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications, law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is equal to any material or equipment specified, and if Contractor wishes to furnish or use a proposed substitute, he shall, prior to the preconstruction conference, make written application to ENGINEER for approval of such substitute certifying in writing that the proposed substitute will perform adequately the function called for by the general design, be similar and of equal substance to that specified and be suited to the same use and CS-5 (4) capable of performing the same function as that specified ; and identifying all variations of the proposed substitute from that specified and indicating available maintenance service. No substitute shall be ordered or installed without written approval of Engineer who will be the judge of the equality and may require Contractor to furnish such other data about the proposed substitute as he considers pertinent. No substitute shall be ordered or installed without such performance guarantee and bonds as Owner may require which shall be furnished at Contractor's expense. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employees by either of them from and against the claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the Engineer, or as called for in the Contract Documents, tests of materials or equipment are necessary, such tests will be made at the expense of and paid for direct to the testing agency by the Owner unless other wise specifically provided. The failure of the Owner to make any tests of materials shall in no way relieve the contractor of his responsibility of furnishing materials and equipment fully conforming to the requirements of the Contract Documents. Tests and sampling of materials, unless otherwise specified, will be made in accordance with the latest methods prescribed by the American Society for Testing Materials or specific requirements of the Owner. The Contractor shall provide such facilities as the Engineer may require for collecting and forwarding samples and shall not, without specific written permission of the Engineer, use materials represented by the samples until tests have been made and the materials approved for use. The Contractor will furnish adequate samples without charge to the Owner. In case of concrete, the aggregates, design minimum, and the mixing and transporting equipment shall be approved by the Engineer before any concrete is placed, and the Contractor shall be responsible for replacing any concrete which does not meet the requirements of the Contract Documents. Tests shall be made at least 9 days prior to the placing of concrete, using samples from the same aggregate, cement, and mortar which are to be used later in the concrete. Should the source of supply change, new tests shall be made prior to the use of new materials. CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the construction contract shall be stored so as to insure the preservation of quality and fitness of the work. When directed by the Engineer, they shall be placed on wooden platforms or other hard, clean durable surfaces and not on the ground, and shall be placed under cover when directed. Stored materials shall be placed and located so as to facilitate prompt inspection . CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions shown on the plans relative to the existing utilities are based on the best information available. Omission from, the inclusion of utility locations on the Plans is not to be considered as nonexistence of, or a definite location of, existing underground utilities. The location of many gas mains, water mains, conduits, sewer lines and service lines for C5-5 (5) all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for failure to show any or all such structures and utilities on the plans or to show them in their exact location. It is mutually agreed that such failure will not be considered sufficient basis for claims for additional compensation for Extra Work or for increasing the pay quantities in any manner whatsoever, unles s an obstruction encountered is such as to necessitate changes in the lines and grades of considerable magnitude or requires the building of special works, provision of which is not made in these Contract Documents , in which case the provision in these Contract Documents for Extra Work shall apply. It shall be the Contractor 's responsibility to verify locations of the adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may negotiate such local adjustments as necessary in the construction process to provide adequate clearances. The Contractor shall take all necessary precautions in order to protect all existing utilities, structures , and service lines . Verification of existing utilities , structures] and service lines shall include notification of all utility companies at least forty-eight ( 48) hours in advance of construction including exploratory excavation if necessary . All verification of utilities and their adjustment shall be considered subsidiary work. C5-5 .15 INTERRUPTION OF SERVICE: a. Normal Prosecution: In the normal prosecution of work where the interruption of service is necessary, the Contractor, at least 24 hours in advance , shall be required to: 1. Notify the Water Department's Distribution Division as to location, time , and schedule of service interruption. 2. Notify each cu stomer personally through responsible personnel as to the time and schedule of the interruption of their service, or 3. In the event that personal notification of a customer cannot be made, a prepared tag form shall be attached to the customer's door knob . The tag shall be durable in composition, and in large bold letters shall say: CS-5 (6) "NOTICE" Due to Utility Improvement in your neighborhood, your (water) (sewer) service will be interrupted on ____ _ between the hours of and ___ _ This inconvenience will be as short as possible. Thank You, Contractor Address Phone b . Emergency: In the event that an unforeseen service interruption occurs, notice shall be as above, but immediate. CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall suffer loss or damage of the work, the Contractor agrees to settle with such other Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub- contractor shall assert any claim against the owner on account of damage alleged to have been sustained, the owner will notify the Contractor, who shall indemnify and save harmless the owner against any such claim. CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on the job site during the prosecution of the work under these Contract Documents shall be accomplished in keeping with a daily routine established to the satisfaction of the Engineer. Twenty-four (24) hours after written notice is given the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice, and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. Upon the completion of the project as a whole as covered by these Contract Documents, and before final acceptance and final payment will be made, the Contractor shall clean and remove from the site of the project all surplus and discarded materials, temporary structures, and debris of every kind. He shall leave the site of all work in a neat and orderly condition equal to that which originally existed. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to the Engineer. The Contractor shall thoroughly clean all equipment and materials installed by him and shall deliver over such materials and equipment in a bright, clean, polished and new appearing condition . No extra compensation will be made to the Contractor for any clean-up required on the project. C5-5 (7) , ' ' CS-5.18 FINAL INSPECTION: Whenever the work provided for in and contemplated under the Contract Documents has been satisfactorily completed and final clean-up performed, the Engineer will notify the proper officials of the Owner and request that a Final Inspection be made . Such inspection will be made within 10 days after such notification. After such final inspection, if the work and materials and equipment are found satisfactory, the Contractor will be notified in writing of the acceptance of the same after the proper resolution has been passed by the City Council. No time charge will be made against the Contractor between said date of notification of the Engineer and the date of final inspection of the work. I• ' '~· .. '. ' CS-5 (8) ' . •. ?, " PART C -GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea or misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract price shall include all royalties or cost arising from patents, trademarks, and copyrights in any way involved in the work. The Contractor and his sureties shall indemnify and save harmless the Owner from any and all claims for infringement by reason of the use of any such trade-mark or copyright in connection with the work agreed to be performed under these Contract Documents, and shall indemnify the Owner for any cost, expense, or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work, provided, however, that the Owner will assume the responsibility to defend any and all suits brought for the infringement of any patent claimed to be infringed upon the design, type of construction or material or equipment specified in the Contract Documents furnished the Contractor by the Owner, and to hold the Contractor harmless on account of such suits. C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce among his employees such regulations in regard to cleanliness and disposal of garbage and waste as will tend to prevent the inception and spread of infectious or contagious diseases and to effectively prevent the creation of a nuisance about the work on any property either public or private, and such regulations as are required by Law shall be put into immediate force and effect by the Contractor. The necessary sanitary conveniences for use of laborers on the work, properly secluded from public observation, shall be constructed and maintained by the Contractor and their use shall be strictly enforced by C6-6(1) the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the State of Texas and the City shall be strictly complied with . C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment stored about the work shall be placed and used , and the work shall at all times be so conducted, as to cause no greater obstruction or inconvenience to the public than is considered to be absolutely necessary by the Engineer. The Contractor is required to maintain at all times all phases of his work in such a manner as not to impair the safety or convenience of the public, including, but not limited to, safe and convenient ingress and egress to the property contiguous tot he work area. The Contractor shall make adequate provisions to render reasonable ingress and egress for normal vehicular traffic, except during actual trenching or pipe installation operations , at all driveway crossings. Such provisions may include bridging, placement or crushed stone or gravel or such other means of providing proper ingress and egress for the property served by the driveway as the Engineer may approve as appropriate . Such other means may include the diversion of driveway traffic, with specific approval by the Engineer, If diversion of traffic is approved by the Engineer at any location, the Contractor may make arrangements satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide all materials and perform all work necessary for the construction and maintenance of roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed except by special permission of the Engineer. The materials excavated and the construction materials such as pipe used in construction of the work shall be placed so as not to endanger the work or prevent free access to all fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manhoJes in the vicinity. The Owner reserves the right to remedy any neglect on the part of the Contractor as regards to public convenience and safety which may come to its attention, after twenty-four hours notice in writing to the Contractor, save in cases of emergency when it shall have the right to remedy any neglect without notice, and in either case, the cost of such work or materials furnished by the Owner or by the City shall be deducted from the monies due or to become due to the Contractor. The Contractor, after approval of the Engineer, shall notify the Fire Department Headquarters, Traffic Engineer, and Police Department, when any street or alley is requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and when so directed by the Engineer, shall keep any street, streets, or highways in condition for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire Department Headquarters when all such obstructed streets, alleys, or hydrants are placed back in service. Where the Contractor is required to construct temporary bridges or make other arrangements for crossing over ditches or streams, his responsibility for accidents in connection with such crossings shall include the roadway approaches as well as the structures of such crossings. C6-6(2) The Contractor shall at all times conduct his operation and use of construction machinery so as not to damage or destroy trees and scrubs located in close proximity to or on the site of the work. Wherever any such damage may be done, the Contractor shall immediately satisfy all claims of property owners, and no payment will be made by the Owner in settlement of such claims. The Contractor shall file with the Engineer a written statement showing all such claims adjusted. C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND RIGHT-OF-WAY: For the performance of the contract, the Contractor will be permitted to use and occupy such 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 Engineer. A reasonable amount of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. Excavated and waste materials shall be piled or staked 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. 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 trains, loading or unloading of cars, etc. Other contractors of the Owner may, for all purposes required by the contract, enter upon the work and premises used by the Contractor and shall be provided all reasonable facilities and assistance for the completion of adjoining work. Any additional grounds desired by the Contractor for his use shall be provided by him at his own cost and expense . C6-6 .7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way of any railroad, the City will secure the necessary easement for the work. Where the railroad tracks are to be crossed, the Contractor shall observe all the regulations and instructions of the railroad company as to the methods of performing the work and take all precautions for the safety of property and the public. Negotiations with the railway companies for the permits shall be done by and through the City . The Contractor shall give the City Notice not less than five days prior to the time of his intentions to begin work on that portion of the project which is related to the railway properties. The Contractor will not be given extra compensation for such railway crossings unless specifically set forth in the Contract Documents. C6-6 .8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is carried on in or adjacent to any street, alley, or public place, the Contractor shall at his own expense furnish, erect, and maintain such barricades, fences, lights, and danger signals, shall provide such watchman, and shall take all such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades and fences shall be painted in a color that will be visible at night. From sunset to sunrise the Contractor shall furnish and maintain at least one easily visible burning light at each barricade. A sufficient number of barricades shall be erected and maintained to keep pedestrians away from, and vehicles from being driven on or into, any work under C6-6(3) construction or being maintained . The Contractor shall furnish watchmen and keep them at their respective assignments in sufficient numbers to protect the work and prevent accident or damage. All installations and procedures shall be consistent with provisions set forth in the "1980 Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways", codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27 , 29, 30 and 31. The Contractor will not remove any regulatory sign, instructional sign, street name sign , or other sign which has been erected by the City. If it is determined that a sign must be removed to permit required construction, the Contractor shall contact the Transportation and Public Works Department, Signs and Markings Division (phone number 871-8075), to remove the sign. In case of regulatory signs, the Contractor must replace the permanent sign with a temporary sign meeting the requirements of the above referred manual and such temporary sign must be installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly or if it does not meet the required specifications, the permanent sign shall be left in place until the temporary sign requirements are met. When construction work is completed to the extent that the permanent sign can be re- installed, the Contractor shall again contact the Signs and Markings Division to re-install the permanent sign and shall leave his temporary sign in place until such re-installation is completed . The Contractor will be held responsible foe all damage to the work or the public due to failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever evidence is found of such damage to the work the Engineer may order the damaged portion immediately removed and replaced by the Contractor at the Contractor's own expense. The Contractor's responsibility for the maintenance of barricades , signs, fences and lights, and for providing watchmen shall not cease until the project shall have been completed and accepted by the Owner. No compensation, except as specifically provided in these Contract Documents, will be paid to the Contractor for the Work and materials involved in the constructing, providing, and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the subsequent removal and disposal of such barricades , signs, or for any other incidentals necessary for the proper protection, safety, and convenience of the public during the contract period, as this work is considered to be subsidiary to the several items for which unit or lump sum prices are requested in the Proposal. C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be exercised at all times so as not to endanger life or property. The Contractor shall notify the proper representative of any public service corporation, any company, individual, or utility, and the Owner, not less than twenty-four hours in advance of the use of any C6-6(4) activity which might damage or endanger their or his property along or adjacent to the work. Where the use of explosives is to be permitted on the project, as specified in the Special Conditions Documents, or the use of explosives is requested, the Contractor shall submit notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish evidence that he has insurance coverage to protect against any damages and/or injuries arising out of such use of explosives . C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into private property, the Owner will provide such right-of-way or easement privileges, as the City may deem necessary for the prosecution of the work. Any additional rights-of-way or work area considered necessary by the Contractor shall be provided by him at his expense. Such additional rights-of-way or work area shall be acquired for the benefit of the City. The City shall be notified in writing as to the rights so acquired before work begins in the affected area. The Contractor shall not enter upon private property for any purpose without having previously obtained permission from the owner of such property. The Contractor will not be allowed to 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 Engineer. Unless specifically provided otherwise, the Contractor shall 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. The Contractor shall be responsible for the preservation of and shall use every precaution to prevent damage to, all tress, 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. The Contractor shall 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. Such notice shall be made at least 48 hours in advance of the beginning of the work. Notices shall be applicable to both public and private utility companies or any corporation, company, individual, or other, either as owners or occupants, whose land or interest in land might be affected by the work. The Contractor shall 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. When and where any direct or indirect or injury is done to public or private property on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of non-execution thereof on the part of the Contractor, he shall restore or have restored as his cost and expense such property to a condition at least equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise C6-6(5) replacing and restoring as may be directed by the Owner, or he shall make good such damages or injury in a manner acceptable to the owner of the property and the Engineer. All fences encountered and removed during construction of this project shall be restored to the original or a better than original condition upon completion of this project. When wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set cross brace posts on either side of the permanent easement before the fence is cut. Should additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the point of the proposed cut in addition to the cross braced posts provided at the permanent easements limits, before the fence is cut. Temporary fencing shall be erected 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 prevent livestock from entering the construction area. The cost for fence removal, temporary closures and replacement shall be subsidiary to the various items bid in the project proposal. Therefore, no separate payment shall be allowed for any service associated with this work. In case of failure on the part of the Contractor to restore such property or to make good such damage or injury, the Owner may, upon 48 hour written notice under ordinary circumstances, and without notice when a nuisance or hazardous condition results, proceed to repair, rebuild, or otherwise restore such property as may be determined by the Owner to be necessary, and the cost thereby will be deducted from any monies due to or to become due to the Contractor under this contract. C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the parties hereto that the Contractor shall perform all work and services hereunder as an independent contractor, and not as an officer, agent, servant, or employee of the Owner. Contractor shall have exclusive control of and exclusive right to control the details of all work and services performed hereunder, and all persons performing the same, and shall be solely responsible for the acts and omissions of its officers, agents, servants, employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat superior shall not apply as between Owner and Contractor, its officers, agents, employees, contractors and subcontractors, and nothing herein shall be construed as creating a partnership or joint enterprise between Owner and Contractor. C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its officers, agents, servants, and employees from and against any and all claims or suits for property damage or loss and/or personal injury, including death, to any and all persons, of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of officers, agents, employees, contractors, subcontractors, licensees or invitees of the C6-6(6) r Owner; and said Contractor does hereby covenant and agree to assume all liability and responsibility of Owner, its officers, agents, servants, and employees for property damage or loss, and/or personal injuries, including death, to any and all person of whatsoever kind or character, whether real or asserted, arising out of or in connection with, directly or indirectly, the work and services to be performed hereunder by the Contractor, its officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or not caused, in whole or in apart, by alleged negligence of officers, agents, employees, contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and against any and all injuries, loss or damages to property of the Owner during the performance of any of the terms and conditions of this Contract, whether arising out of or in connection with or resulting from, in whole or in apart, any and all alleged acts of omission of officers, agents, employees, contractors, subcontractors, licensees , or invitees of the Owner. In the event a written claim for damages against the contractor or its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the Director of the Water Department, as evidenced by a final inspection, final payment to the Contractor shall not be recommended to the Director of the Water Department for a period of 30 days after the date of such final inspection, unless the Contractor shall submit written evidence satisfactory to the Director that the claim has been settled and a release has been obtained from the claimant involved. If the claims concerned remains unsettled as of the expiration of the above 30-day period, the Contractor may be deemed to be entitled to a semi-final payment for work completed, such semi-final payment to be in the amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising out of performance of such work, and such semi-final payment may then be recommended by the Director. The Director shall not recommend final payment to a Contractor against whom such a claim for damages is outstanding for a period of six months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing satisfactory tot he Director that: 1. The claim has been settled and a release has been obtained from the claimant involved, or 2. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed . If condition (1) above is met at any time within the six month period, the Director shall recommend that the final payment to the Contractor be made. If condition (2) above is met at any time within the six month period, the Director may recommend that final payment to the Contractor be made. At the expiration of the six month period, the C6 -6(7) Director may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the Director. The Director may, if he deems it appropriate , refu se to accept bids on other Water Department Contract work from a Contractor again st whom a claim for damages 1s outstanding as a result of work performed under a City Contract. C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim compensation foe any alleged damage by reason of the acts or omissions of the Owner, he shall within three days after the actual sustaining of such alleged damage, make a written statement to the Engineer, setting out in detail the nature of the alleged damage, and on or before the 25 1h day of the month succeeding that in which ant such damage is claimed to have been sustained, the Contractor shall file with the Engineer an itemized statement of the details and the amount of such alleged damage and , upon request, shall give the Engineer access to all books of account, receipts, vouchers , bills of lading, and other books or papers containing any evidence as to the amount of such alleged damage. Unless such statements shall be filed as hereinabove required, the Contractor's claim for compensation shall be waived , and he shall not be entitled to payment on account of such damages. C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case it is necessary to change, move, or alter in any manner the property of a public utility or others, the said property shall not be moved or interfered with until orders thereupon have been issued by the Engineer. The right is reserved to the owners of public utilities to enter the geographical limits of the Contract for the purpose of making such changes or repairs to the property that may be necessary by the performance of this Contract. C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS : When existing sewer lines have to be taken up or removed, the Contractor shall, at his own expense and cost , provide and maintain temporary outlets and connections for all private or public drains and sewers. The Contractor shall also take care of all sewage and drainage which will be received from these drains and sewers, and for this purpose he shall provide and maintain, at his own cost and expense, adequate pumping facilities and temporary outlets or divisions . The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other structures necessary, and be prepared at all times to dispose of drainage and sewage received from these temporary connections until such times as the permanent connections are built and are in service . The existing sewers and connections shall be kept in service and maintained under the Contract, except when specified or ordered to be abandoned by the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory manner so that no nuisance is created and so that the work under construction will be adequately protected . C6-6(8) C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE CITY: When the Contractor desires to use City water in connection with any construction work, he shall make complete and satisfactory arrangements with the Fort Worth City Water Department for so doing. City water furnished to the Contractor shall be delivered to the Contractor from a connection on an existing City main . All piping required beyond the point of delivery shall be installed by the Contractor at his own expense. The Contractor's responsibility in the use of all existing fire hydrant and/or valves is detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General Contract Documents. When meters are used to measure the water, the charges, if any, for water will be made at the regular established rates. When meters are not used, the charges, if any, will be as prescribed by the City ordinance, or where no ordinances applies, payment shall be made on estimates and rates established by the Director of the Fort Worth Water Department. C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, rn the opinion of the Engineer, any section or portion of the work or any structure is in suitable condition, it may be put into use upon the written notice of the Engineer, and such usage shall not be held to be in any way an acceptance of said work or structure or any part thereof or as a waiver of any of the provisions of these Contract Documents. All necessary repairs and removals of any section of the work so put into use, due to defective materials or workmanship, equipment, or deficient operations on the part of the Contractor, shall be performed by the Contractor at his expense. C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written acceptance by the Owner as provided for in these Contract Documents, the work shall be under the charge and care of the Contractor, and he shall take every necessary precaution to prevent injury or damage to the work or any part thereof by action of the elements or from any cause whatsoever, whether arising from the execution or nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good at his own expense all injuries or damage to any portion of the work occasioned by any of the hereinabove causes. C6-6.19 NO W AIYER OF LEGAL RIGHTS: Inspection by the Engineer or any order by the Owner by payment of money or any payment for or acceptance of any work, or any extension of time, or any possession taken by the City shall not operate as a waiver of any provision of the Contract Documents. Any waiver of any breach or Contract shall not be held to be a waiver of any other or subsequent breach. The Owner reserves the right to correct any error that may be discovered in any estimate that may have been paid and to adjust the same to meet the requirements of the Contract Documents. C6-6(9) C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the provisions of these Contract Documents or in exercising any power of authority granted thereunder, there shall be no liability upon the authorized representative of the Owner, either personally or other wise as they are agents and representatives of the City. C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth, and organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and Use Tax Act. On a contract awarded by a developer for the construction of a publicly-owner improvement in a street right-of-way or other easement which has been dedicated to the public and the City of Fort Worth, an organization which qualifies for exemption pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor can probably be exempted in the same manner stated above. Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained from: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX C6-6(10) PART C -GENERAL CONDITIONS C7-7 PROSECUTION AND PROGRESS SECTION C7-7 PROSECUTION AND PROGRESS: C7-7 .1 SUBLETTING: The Contractor shall perform with hi s own organization, and with the assistance of workmen under his immediate superintendance , work of a value of not less than fifty (50 %) percent of the value embraced on the contract. If the Contractor sublets any part of the work to be done under these Contract Documents, he will not under any circumstances be relieved of the responsibility and obligation assumed under these Contract Documents. All transactions of the Engineer will be with the Contractor. Subcontractors will be considered only in the capacity of employees or workmen of the Contractor and shall be subject tot he same requirements as to character and competency. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times, when the work is in operation , be represented either in person or by a superintendent or other designated representatives. C7-7 .2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign , transfer, sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same or any part thereof without the previous consent of the Owner expressed by resolution of the City Council and concurred in by the Sureties. If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or otherwise dispose of the contract or his right, title, or interest therein or any part thereof, to any person or persons, partnership, company, finn, or corporation, or does by bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any states, attempt to dispose of the contract may, at the option of the Owner be revoked and annulled, unless the Sureties shall successfully complete said contract, and in the event of any such revocation or annulment, any monies due or to become due under or by virtue of said contract shall be retained by the Owner as liquidated damages for the reason that it would be impracticable and extremely difficult to fix the actual damages. C7-7 .3 PROSECUTION OF THE WORK: Prior to beginning any construction operations, the Contractor shall submit to the Engineer in five or more copies , if requested by the Engineer, a progress schedule preferably in chart or diagram form, or a brief outlining in detail and step by step the manner of prosecuting the work and ordering materials and equipment which he expects to follow in order to complete the project in the scheduled time . There shall be submitted a table of estimated amounts to be earned by the Contractor during each monthly estimate period. The Contractor shall commence the work to be performed under this contract within the time limit stated in these Contract Documents and shall conduct the work in a continuous manner and with sufficient equipment, materials, and labor as is necessary to insure its completion within the time limit. C7-7(1) The sequence requested of all construction operations shall be at all times as specified in the Special Contract Documents. Any Deviation fr'om such sequencing shall be submitted to the Engineer for his approval. Contractor shall not proceed with any deviation until he has received written approval from the Engineer. Such specification or approval by the Engineer shall not relieve the Contractor from full responsibility of the complete performance of the Contract. The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF TThffi OF COMPLETION of this Agreement, and a progress schedule shall not constitute a change in the contract time. C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all times be conducted by the Contractor so as to create a minimum amount of inconvenience to the public. At any time when, in the judgment of the Engineer, the Contractor has obstructed or closed or is carrying on operations in a portion of a street or public way greater than is necessary for proper execution of the work, the Engineer may require the Contractor to finish the section on which operations are in progress before the work is commenced on any additional section or street. C7-7 .5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be used by the Contractor when it is available. The Contractor may bring from outside the City of Fort Worth his key men and his superintendent. All other workmen, including equipment operators, may be imported only after the local supply is exhausted. The Contractor shall employ only such superintendents, foremen, and workmen who are careful, competent, and fully qualified to perform the duties and tasks assigned to them, and the Engineer may demand and secure the summary dismissal of any person or persons employed by the Contractor in or about or on the work who, in the opinion of the Owner, shall misconduct himself or to be found to be incompetent, disrespectful, intemperate, dishonest, or otherwise objectionable or neglectful in the proper performance of his or their duties, or who neglect or refuses to comply with or carry out the direction of the owner, and such person or persons shall not be employed again thereon without written consent of the Engineer. All workmen shall have sufficient skill, ability, and experience to properly perform the work assigned to them and operate any equipment necessary to properly carry out the performance of the assigned duties . The Contractor shall furnish and maintain on the work all such equipment as is considered to be necessary for the prosecution of the work in an acceptable manner and at a satisfactory rate of progress. All equipment, tools, and machinery used for handling materials and executing any part of the work shall be subject to the approval of the Engineer and shall be maintained in a satisfactory, safe and efficient working condition. Equipment on any portion of the work shall be such that no injury to the work. Workmen or adjacent property will result from its use. C7-7(2) C7 -7.6 WORK SCHEDULE: Elapsed working days shall be computed starting with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS" or the date stipulated in the "WORK ORDER" for beginning work, whichever comes first. Nothing in these Contract Documents shall be construed as prohibiting the Contractor from working on Saturday, Sunday or Legal Holidays, providing that the following requirements are met: a. A request to work on a specific Saturday, Sunday or Legal Holiday must be made to the Engineer no later that the preceding Thursday. b. Any work to be done on the project on such a specific Saturday, Sunday or Legal Holiday must be, · in the opinion of the Engineer, essential to the timely completion of the project. The Engineer's decision shall be final in response to such a request for approval to work on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be allowed to the Contractor for any work performed on such a specific Saturday, Sunday or Legal Holiday. Calendar Days shall be defined in Cl-1.24 and the Contractor may work as he so desires. C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall commence the working operations within the time specified in the Contract Documents and set forth in the Work Order. Failure to do so shall be considered by the owner as abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit. The Contractor shall maintain a rate of progress such as will insure that the whole work will be performed and the premises cleaned up in accordance with the Contract Documents and within the time established in such documents and such extension of time as may be properly authorized. C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an extension of time of completion shall be considered only when the request for such extension is submitted in writing to the Engineer within seven days from and after the time alleged cause of delay shall occurred. Should an extension of the time of completion be requested such request will be forwarded to the City Council for approval. In adjusting the contract time for completion of work, consideration will be given to unforeseen causes beyond the control of and without the fault or negligence of the Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes, or delays of sub-contractors due to such causes. C7-7(3) When the date of completion is based on a calendar day bid, a request for extension of time because of inclement weather will not be considered. A request for extension of time due to inability to obtain supplies and materials will be considered only when a review of the Contractor's purchase order dates and other pertinent data as requested by the Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on schedule. This shall include efforts to obtain the supplies and materials from alternate sources in case the first source cannot make delivery. If satisfactory execution and completion of the contract should require work and materials in greater amounts or quantities than those set forth in the approved Contract Documents, then the contract time mat be increased by Change Order. C7-7 .9 DELAYS: The Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. When such extra compensation is claimed, a written statement thereof shall be presented by the Contractor to the Engineer and if by the Engineer found correct, shall be approved and referred by the Engineer to the City Council for final approval or disapproval; and the action thereon by the City Council shall be final and binding. If delay is caused by specific orders given by the Engineer to stop work, or by the performance of extra work, or by the failure of the City to provide material or necessary instructions for carrying on the work, then such delay will entitle the Contractor to an equivalent extension of time, his application for shall, however, be subject to the approval of the City Council: and no such extension of time shall release the Contractor or the surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the contract. C7-7.10 TIME OF COMPLETION: The time of completion is an essential element of the Contract. Each bidder shall indicate in the appropriate place on the last page of the proposal, the number of working days or calendar days that he will require to fully complete this contract or the time of completion will be specified by the City in the proposal section of the Contract Documents. The number of days indicated shall be a realistic estimate of the time required to complete the work covered by the specific contract being bid upon. The amount of time so stated by the successful bidder or the City will become the time of completion specified in the Contract Documents. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, or increased time granted by the Owner, or as automatically increased by additional work or materials ordered after the contract is signed, the sum per day given in the following schedule, unless otherwise specified in other parts of the Contract Documents, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the Owner. C7-7(4) AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES PER DAY Less than $ 5,000 inclusive $ 35.00 $ 5,001 to $ 15,000 inclusive $ 45.00 $ 15,001 to $ 25,000 inclusive $ 63 .00 $ 25,001 to $ 50,000 inclusive $ 105 .00 $ 50,001 to $ 100,000 inclusive $ 154.00 $ 100,001 to $ 500,000 inclusive $ 210.00 $ 500,001 to $1,000,000 inclusive $ 315.00 $1,000,001 to $2,000,000 inclusive $ 420.00 $2,000,000 and over $ 630 .00 The parties hereto understand and agree that any harm to the City caused by the Contractor's delay in completing the work hereunder in the time specified by the Contract Documents would be incapable or very difficult to calculate due to lack of accurate information, and that the "Amount of Liquidated Damages Per Day", as set out above, is a reasonable forecast of just compensation due the City for harm caused by any delay. C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend operations on such part or parts of the work ordered by any court, and will not be entitled to additional compensation by virtue of such court order. Neither will he be liable to the City in the vent the work is suspended by a Court Order. Neither will the Owner be liable to the Contractor by virtue of any Court Order or action for which the Owner is not solely responsible. C7-7 .12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend the work operation wholly or in part for such period or periods of time as he may deem necessary due to unsuitable weather conditions or any other unsuitable conditions which in the opinion of the Owner or Engineer cause further prosecution of the work to be unsatisfactory or detrimental to the interest of the project. During temporary suspension of the work covered by this contract, for any reason, the Owner will make no extra payment for stand-by time of construction equipment and/or construction crews. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. Should the Contractor not be able to complete a portion of the project due to causes beyond the control of and without the fault or negligence of the Contractor as set forth in Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be C7-7(5) determined by mutual consent of the Contractor and the Engineer that a solution to allow construction to proceed is not available within a reasonable period of time, then the Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the Engineer that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. No reimbursement shall be allowed if the equipment is moved to another construction project for the City of Fort Worth. The Contractor shall not suspend work without written notice from the Engineer and shall proceed with the work operations promptly when notified by the Engineer to so resume operations. C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY: Whenever, because of National Emergency, so declared by the president of the United States or other lawful authority, it becomes impossible for the Contractor to obtain all of the necessary labor, materials, and equipment for the prosecution of the work with reasonable continuity for a period of two months, the Contractor shall within seven days notify the City in writing, giving a detailed statement of the efforts which have been made and listing all necessary items of labor, materials, and equipment not obtainable. If, after investigations, the owner finds that such conditions existing and that the inability of the Contractor to proceed is not attributable in whole or in part to the fault or neglect of the Contractor, than if the Owner cannot after reasonable effort assist the Contractor in procuring and making available the necessary labor, materials, and equipment within thirty days, the Contractor my request the owner to terminate the contract and the owner may comply with the request, and the termination shall be conditioned and based upon a final settlement mutually acceptable to both the Owner and the Contractor and final payment shall be made in accordance with the terms of the agreed settlement, which shall include. But not be limited to the payment for all work executed but not anticipated profits on work which has not been performed. C7-7 .14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF THE CONTRACT: The work operations on all or any portion or section of the work under Contract shall be suspended immediately on written order of the Engineer or the Contract may be declared canceled by the City Council for any good and sufficient cause . The following, by way of example, but not of limitation, may be considered grounds for suspension or cancellation: a. Failure of the Contractor to commence work operations within the time specified in the Work Order issued by the Owner. · b. Substantial evidence that progress of the work operations by the Contractor is insufficient to complete the work within the specified time. C7-7(6) c. Failure of the Contractor to provide and maintain sufficient labor and equipment to properly execute the working operations. d . Substantial evidence that the Contractor has abandoned the work. e. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the work satisfactorily. f. Failure on the part of the Contractor to observe any requirements of the Contract Documents or to comply with any orders given by the Engineer or Owner provided for in these Contract Documents. g. Failure of the Contractor promptly to make good any defect in materials or workmanship, or any defects of any nature the correction of which has been directed in writing by the Engineer or the Owner. h. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on the City in the construction of work under contract. 1. A substantial indication that the Contractor has made an unauthorized assignment of the contract or any funds due therefrom for the benefit of any creditor or for any other purpose. J . If the Contractor shall for any cause whatsoever not carry on the working operation in an acceptable manner. k. If the Contractor commences legal action against the Owner. A Copy of the suspension order or action of the City Council shall be served on the Contractor's Sureties. When work is suspended for any cause or causes, or when the contract is canceled, the Contractor shall discontinue the work or such part thereof as the owner shall designate, whereupon the Sureties may, at their option, assume the contract or that portion thereof which the Owner has ordered the Contractor to discontinue, and may perform the same or may, with written consent of the owner, sublet the work or that portion of the work as taken over, provided however, that the Sureties shall exercise their option, if at all, within two weeks after the written notice to discontinue the work has been served upon the Contractor and upon the Sureties or their authorized agents . The Sureties, in such event shall assume the Contractor's place in all respects, and shall be paid by the Owner for all work performed by them in accordance with the terms of the Contract Documents. All monies remaining due the Contractor at the time of this default shall thereupon become due and payable to the Sureties as the work progresses, subject to all of the terms of the Contract Documents. C7-7(7) fu case the Sureties do not, within the hereinabove specified time, exercise their right and option to assume the contract responsibilities, or that portion thereof which the Owner has ordered the Contractor to discontinue, then the Owner shall have the power to complete, by contract or otherwise, as it may determine, the work herein described or such work thereof as it may deem necessary, and the Contractor hereto agrees that the Owner shall have the right to take possession of and use any materials, plants, tools, equipment, supplies, and property of any kind provided by the Contractor for the purpose of carrying on the work and to procure other tools, equipment, materials, labor and property for the completion of the work, and to charge to the account of the Contractor of said contract expense for labor, materials, tools, equipment, and all expenses incidental thereto. The expense so charged shall be deducted by the owner from such monies as may be due or may become due at any time thereafter to the Contractor under and by virtue of the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid for the work completing the contract, but the expense to be deducted shall be the actual cost of the owner of such work fu case such expenses shall exceed the amount which would have been payable under the Contract if the same had been completed by the Contract, then the Contractor and his Sureties shall pay the amount of such excess to the City on notice from the Owner of the excess due . When any particular part of the work is being carried on by the Owner by contract or otherwise under the provisions of this section, the Contractor shall continue the remainder of the work in conformity with the terms of the Contract Documents and in such a manner as to not hinder or interfere with the performance of the work by the Owner. C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having been fulfilled, save as provided in any bond or bonds or by law, when all the work and all sections or parts of the project covered by the Contract Documents have been finished and completed, the final inspection made by the Engineer, and the final acceptance and final payment made by the Owner. C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER: The performance of the work under this contract may be terminated by the Owner in whole, or from time to time in part, in accordance with this section, whenever the Owner shall determine that such termination is in the best interest of the Owner. A. NOTICE OF TERMINATION: Any Termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of work under the contract is terminated, and the date upon which such termination becomes effective . Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the Owner. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any C7-7(8) B. claim, demand or suit shall be required of the Owner regarding such discretionary action CONTRACTOR ACTION: After receipt of a notice of termination, and except as otherwise directed by the Engineer, the Contractor shall: 1. Stop work under the contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the work under the contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the work terminated by notice of termination; 4. transfer title to the Owner and deliver in the manner, at the times, and to the extent, if any, directed by the Engineer: a. the fabricated or unfabricated parts, work in progress, completed work, supplies and other material produced as a part of, or acquired in connection with the performance of, the work terminated by the notice of the termination; and b. The completed, or partially completed plans, drawings, information and other property which, if the contract had been completed, would have been required to be furnished to the Owner. 5. complete performance of such work as shall not have been terminated by the notice of termination; and 6. Take such action as may be necessary, or as the Engineer may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the Engineer a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of C7-7(9) which has been directed or authorized by Engineer, Not later than 15 days thereafter, the owner shall accept title to such items provided, that the list submitted shall be subject to verification by the Engineer upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. C. TERMINATION CLAIM: Within 60 days after the notice of termination, the Contractor shall submit his termination claim to the Engineer in the form and with the certification prescribed by the Engineer. Unless one or more extensions in writing are granted by the Owner upon request of the Contractor, made in writing within such 60-day period or authorized extension thereof, any and all such claims shall be conclusively deemed waived. D. AMOUNTS: Subject to the prov1s10ns of Item C7-7.l(C), the Contractor and the Owner may agree upon the whole or any part of the amount or amounts to be paid to the Contractor by reason of the total or partial termination of the work pursuant hereto; provided, that such agreed amount or amounts shall never exceed the total contract price reduced by the amount of payments otherwise made and as further reduced by the contract price work not terminated . The contract shall be amended accordingly, and the Contractor shall be paid the agreed amount. No amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E) hereafter, prescribing the amount to be paid to the Contractor by reason of the termination of work pursuant to this section, shall be deemed to limit, restrict or otherwise determine or affect the amount or amounts which may be agreed upon to be paid to the Contractor pursuant to this paragraph. E. F AlLURE TO AGREE: In the event of the failure of the Contractor and the Owner to agree as provided in C7-7.16(D) upon the whole amount to be paid to the Contractor by reason of the termination of the work pursuant to this section, the Owner shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. No amount shall be due for lost or anticipated profits. F. DEDUCTIONS: In arriving at the amount due the Contractor under this section there shall be deducted; 1. all unliquidated advance or other payments on account theretofore made to the Contractor, applicable to the terminated portion of this contract; C7-7(10) G. H. 2. any claim which the Owner may have against the Contractor in connection with this contract; and 3 . the agreed price for, or the proceeds of the sale of, any materials, supplies or other things kept by the Contractor or sold, pursuant to the provisions of this clause, and not otherwise recovered by or credited to the Owner. ADJUSTMENT: If the termination hereunder be partial, prior to the settlement of the terminated portion of this contract, the Contractor may file with the Engineer a request in writing for an equitable adjustment of the price or prices specified in the contract relating to the continued portion of the contract (the portion not terminated by notice of termination), such equitable adjustment as may be agreed upon shall be made in such price or prices; noting contained herein, however, shall limit the right of the owner and the Contractor to agree upon the amount or amounts to be paid tot he Contractor for the completion of the continued portion of the contract when said contract does not contain an established contract price for such continued portion. NO L™ITATION OF RIGHTS: Noting contained in this section shall limit or alter the rights which the Owner may have for termination of this contract under C7-7.14 hereof entitled "SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF CONTRACT" or any other right which the Owner may have for default or breach of contract by Contractor. C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work at all times and shall assume all responsibilities for their enforcement. The Contractor shall comply with federal, state, and local laws, ordinances, and regulations so as to protect person and property from injury, including death, or damage in connection with the work. C7-7(11) PART C -GENERAL CONDITIONS C8-8 MEASUREMENT AND PAYMENT SECTION C8-8 MEASUREMENT AND PAYMENT C8-8 .l MEASUREMENT OF QUANTITIES: The determination of quant1t1es of work performed by the Contractor and authorized by the Contract Documents acceptably completed under the terms of the Contract Documents shall be made by the Engineer, based on measurements made by the Engineer. These measurements will be made according to the United States Standard Measurements used in common practice, and will be the actual length, area, solid contents, numbers, and weights of the materials and item installed . C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said "Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials, machinery, equipment, appliances and appurtenances necessary for the construction of and the completion in a manner acceptable to the Engineer of all work to be done under these Contract Documents. The "Unit Price" shall include all permanent and temporary protection of overhead, surface, and underground structures, cleanup, finishing costs, overhead expense, bond, insurance, patent fees, royalties, risk due to the elements and other clauses, delays, profits, injuries, damages claims, taxes, and all other items not specifically mentioned that may be required to fully construct each item of the work complete in place and in a satisfactory condition for operation. C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said "Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools, materials, machinery, equipment, appurtenances, and all subsidiary work necessary for · the construction and completion of all the work to provide a complete and functional item as detailed in the Special Contract Documents and/or Plans. C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the compensation as herein provided, in full payment for furnishing all labor, tools, materials, and incidentals for performing all work contemplated and embraced under these Contract Documents, for all loss and damage arising out of the nature of the work or from the action of the elements, for any unforeseen defects or obstructions which may arise or be encountered during the prosecution which may arise or be encountered during the prosecution of the work at any time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14) for all risks of whatever description connected with the prosecution of the work, for all expenses incurred by or in consequence of the suspension or discontinuance of such prosecution of the working operations as herein specified, or any and all infringements of patents, trademarks, copyrights, or other legal reservations, C8-8(1) and for completing the work in an acceptable manner according to the terms of the Contract Documents. The payment of any current or partial estimate prior to the final acceptance of the work by the Owner shall in no way constitute an acknowledgment of the acceptance of the work, materials, or equipment, nor in any way prejudice or affect the obligations of the Contractor to repair, correct, renew, or replace at his own and proper expense any defects or imperfections in the construction or in the strength or quality of the material used or equipment or machinery furnished in or about the construction of the work under contract and its appurtenances, or any damage due or attributed to such defects, which defects, imperfections, or damage shall have been discovered on or before the final inspection and acceptance of the work or during the one year guaranty period after the final acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage, and the Contractor shall be liable to the Owner for failure to correct the same as provided herein. C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th day of each month, the Contractor shall submit to the Engineer a statement showing an estimate of the value of the work done during the previous month, or estimate period under the Contract Documents. Not later than the 10th day of the month, the Engineer shall verify such estimate, and if it is found to be acceptable and the value of the work performed since the last partial payment was made exceeds one hundred dollars ($100.00) inn amount, 90% cif such estimated sum will be paid to the Contractor if the total contract amount is less than $400,000.00, or 95% of such estimated sum will be paid to the Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25) days after the regular estimate period. The City will have the option of preparing estimates on forms furnished by the City. The partial estimates may include acceptable nonperishable materials delivered to the work which are to be incorporated into the work as a permanent part thereof, but which at the time of the estimate have not been installed (such payment will be allowed on a basis of 85% of the net invoice value thereof). The Contractor shall furnish the Engineer such information as he may request to aid him as a guide in the verification or the preparation of partial estimates. It is understood that partial estimates from month to month will be approximate only, all partial monthly estimates and payment will be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not, in any respect, be taken as an admission of the Owner of the amount of work done or of its quantity of sufficiency, or as an acceptance of the work done or the release of the Contractor of any of his responsibilities under the Contract Documents. The City reserves the right to withhold the payment of any monthly estimate if the Contractor fails to perform the work strictly in accordance with the specifications or provisions of this Contract. C8-8(2) C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may be held in abeyance if the performance of the construction operations is not in accordance with the requirements of the Contract Documents . C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by the Contract Documents shall have been completed and all requirements of the Contract Documents shall have been fulfilled on the part of the Contractor, the Contractor shall notify the Engineer in writing that the improvements are ready for final inspection. The Engineer shall notify the appropriate officials of the Owner, will within a reasonable time make such final inspection, and if the work is satisfactory, in an acceptable condition, and has been completed in accordance with the terms of the Contract Documents and all approved modifications thereof, the Engineer will initiate the processing of the final estimate and recommend final acceptance of the project and final payment thereof as outlines in paragraph C8-8.8 below. C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the Contract Documents and all approved modifications thereof shall have been completed and all requirements of the Contract Documents have been fulfilled on the part of the Contractor, a final estimate showing the value of the work will be prepared by the Engineer as soon as the necessary measurements, computations, and checks can be made. All prior estimates upon which payment has been made are subject to necessary corrections or revisions in the final payment. The amount of the final estimate, less previous payments and any sums that have been deducted or retained under the provisions of the Contract Documents, will be paid to the Contractor within 60 days after the final acceptance by the Owner on a proper resolution of the City Council, provided the Contractor has furnished to the owner satisfactory evidence of compliance as follows: Prior to submission of the final estimate for payment, the Contractor shall execute an affidavit as furnished by the City, certifying that; A. all persons, firms, associations, corporations, or other organizations furnishing labor and/or materials have been paid in full, B. that the wage scale established by the City Council in the City of Fort Worth has been paid, and C. that there are no claims pending for personal mJury and/or property damages. The acceptance by the Contractor of the last or final payment as aforesaid shall operate as and shall release the owner from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of said City relating to or connected with the Contract. C8-8(3) The making of the final payment by the Owner shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter . C8-8.9 ADEQUACY OF DESIGN : It is understood that the Owner believes it has employed competent engineers and designers to prepare the Contract Documents and all modifications of the approved Contract Documents. It is, therefore, agreed that the Owner shall be responsible for the adequacy of its own design features, sufficiency of the Contract Documents, the safety of the structure, and the practicability of the operations of the completed project, provided the Contractor has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereof approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has complied with the Contract Documents, approved modifications thereof, and all alterations thereof. C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor any provision in the Contract Documents nor partial or entire occupancy or use of the premises by the Owner shall constitute an acceptance of the work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects or damages in the work and pay for any damage to the other work resulting therefrom which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified and shall furnish a good and sufficient maintenance bond in the amount of 100 percent of the amount of the contract which shall assure the performance of the general guaranty as above outlined . The Owner will give notice of observed defects with reasonable promptness . C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by documentary requirements for the project, such as conditions imposed by the Plans, the General Contract Documents or these Special Contract Documents, in which no specific item for bid has been provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of which shall be included in the price bid in the Proposal, for each bid item. Surface restoration, rock excavation and cleanup are general items of work which fall in the category of subsidiary work. C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be allocated under various bid items in the Proposal to establish unit prices for miscellaneous placement of material. These materials shall be used only when directed by the Engineer, depending on field conditions . Payment for miscellaneous placement of material will be made for only that amount of material used , measured to the nearest one- tenth unit. Payment for miscellaneous placement of material shall be in accordance with the General Contract Documents regardless of the actual amount used for the Project. C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy of all specifications, plans, addenda, modifications, shop drawings and samples at the C8-8(4) site, in good order and annotated to show all changes made during the construction process. These shall be delivered to the Engineer upon completion of the work. C8-8(5) The updated schedule submittal shall also include a concise narrative report that highlights the following, if appropriate and applicable: • Changes in the critical path , • Expected schedule changes , • Potential delays , • Opportunities to expedite the schedule , • Coordination issues the OWNER should be aware of or can assist with , • Other schedule-related issues that the CONTRACTOR wishes to commun icate to the OWNER. a. The CONTRACTOR 's monthly progress payment applications will not be accepted and processed for payment without monthly schedule updates , submitted in the time and manner required by this specification and the Schedule Guidance Document, and which accurately reflects the allowable costs due under the Contract Documents and is accepted by the OWNER. b. Only one schedule update will be required per month in accordance with the Schedule Guidance Document and th is specification . c . Failure to maintain the Schedule in an accepted status may result in the OWNER withholding payment to the CONTRACTOR until the schedule is accepted . 75(c) PERFORMANCE AND CONSTRUCTION SCHEDULE : If, in the opinion of the OWNER, work accomplished falls behind that scheduled , the CONTRACTOR shall take such action as necessary to improve his progress . In addition , the OWNER may require the CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan to make up lag in schedule progress and to ensure completion of the Work within the allotted Contract time. Failure of the CONTRACTOR to comply with these requ irements shall be considered grounds for determination by the OWNER that the CONTRACTOR is failing to execute the Work w ith due diligence as will ensure completion w ith in the time specified in the Contract. 76 . SCHEDULE TIERS SPECIAL INSTRUCTIONS: The requirements for the schedule are determined based on the nature and needs of the project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract documents . The requirements for each Tier are described below. CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document provided in the Contract Documents. TIER 3 COST LOADING SPECIAL INSTRUCTIONS : 1. At a minimum , each Act ivity Breakdown Structure (ABS) in the scheduling software shall be cost-loaded with the total contract dollars associated with the respective ABS elements. TIER 4 COST LOADING SPECIAL INSTRUCTIONS: Rev 2-19-10 1. Adhere to all Tier 3 requirements , and additionally the following : 2. Work (Schedule of Values Pay Items using the OWNER 's standard items) shall be loaded into the scheduling software using the "NON-LABOR" · SP-40 resource type showing the quantity of work to be done along with the corresponding value of the work measured in dollars. It is intended that Earned Value will be calculated as the schedule resources are progressed . TIER 5 COST LOADING SPECIAL INSTRUCTIONS : 1. Adhere to all Tier 4 requirements, and additionally the following: • Labor resources (Man-Hours) shall be loaded into the scheduling software using the "LABOR" resource type with man-hours and without cost. 77. NON-PAY ITEM -NOTIFICATION OF RESIDENTS : In order to cut down on the number of complaints from residents due to the dust generated when saw-cutting joints in concrete pavement, the Contractor shall notify residents, in writing , at least 48 hours in advance of saw-cutting joints during the construction of paving projects. All costs involved with providing such written notice shall be considered subsidiary to this contract. 78. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION: Prior to beginning construction on any block in the project, the Contractor shall, 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: The notification notice or flyer shall be posted seven (7) days prior to beginning any construction activity on each block in the project area . The flyer shall be prepared on the Contractor's letterhead and shall include the following information: Name of Project, City Project No., Scope of Project (i.e. type of construction activity), actual construction duration within the block, the name of the Contractor's foreman and his phone number, the name of the City 's inspector and his phone number and the City 's after-hours phone number. A sample of the 'pre-construction notification' flyer is attached. The Contractor shall submit a schedule showing the construction start and finish time for each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City Inspector for his review prior to being distributed. The Contractor will not be allowed to begin construction on any block until the flyer is delivered to all residents of the block. An electronic version of the sample flyer can be obtained from the construction office. All work involved with the pre-construction notification flyer shall be considered subsidiary to the contract price and no additional compensation shall be made. 79. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING: After the pre-construction conference has been held but before construction is allowed to begin on this project a public meeting will be held at a location to be determined by the ENGINEER. The Contractor, inspector, and project manager shall meet with all affected residents and present the projected schedule, including construction start date, and answer any construction related questions . Every effort will be made to schedule the neighborhood Rev 2-19-10 SP-41 meeting within the two weeks following the pre-construction conference but in no case will construction be allowed to begin until this meeting is held. 80. NON-PAY ITEM -WASHED ROCK: All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER shall washed , crushed stone and shall meet the following gradation and abrasion: (Actual . washing not required if gradation is met) Sieve Size 1" 1/2" 3/8" #4 #8 % Retained 0-10 40-75 55-90 90-100 95-100 Los Angeles Abrasion Test: 50% Maximum wear per A.S .T.M. Designation C-131. 81 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE: When existing concrete or H.M.A.C . is cut , such cuts shall be made with a concrete saw. The Contractor may break out curb and gutter to the nearest joint if he chooses . All sawing shall be subsidiary to the unit cost of the respective item. 82. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES: The Contractor shall be responsible for locating and marking all previously exposed manholes and water valves in each street of this contract before repaving commences for a particular street. The Contractor shall attempt to include the ENGINEER (if he is available) in the observation and marking activity . In any event a street shall be completely marked a minimum to two (2) working days before repaving begins on any street. Marking the curbs with paint is a recommended procedure. It shall be the Contractor's responsibility to notify the utility companies that he has commenced work on the project. As the repaving is completed (within the same day) the Contractor shall locate the covered manholes and valves and expose them for later adjustment. Upon completion of a street the Contractor shall notify the utilities of this completion and indicate that start of the next one in order for the utilities to adjust facilities accordingly. The Contractor shall be responsible for all materials, equipment and labor to perform a most accurate job and all costs to the Contractor shall be figured subsidiary to this contract. 83 . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective lines. Rev 2-19-10 SP-42 84. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the proposal section . No other compensation w ill be provided. 85 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS : Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of way. Permit will not be issued without a traffic control plan sealed and signed by a registered professional engineer licensed to practice in the State of Texas. Failure to acquire the proper permit and permission may result in a fine of $500/day to the contractor performing the work. Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract cost and no additional compensation shall be made. 86 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE): N/A Rev 2-19 -10 SP-43 (To be printed on Contractor 's Letterh ead) Date : ____ _ City No: __ PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for: MAPSCO LOCATION: -- LIMITS OF CONST.: -------------Estimated Duration of Construction on y our Street : _ days THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMP ANY WILL< REPLACE WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HA VE 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. Rev 2-19-10 SP-44 SPECIAL PROVISIONS FOR BRIDGE CONSTRUCTION Table of Contents 1. CONSTRUCTION SPECIFICATIONS ..................................................................... SPB-2 Rev 06-18-09 SPB-1 1. CONSTRUCTION SPECIFICATIONS : The bridge design is governed by the following published specifications, except as modified by these Special Provisions : STANDARD SPECIFICATIONS FOR CONSTRUCTION AND MAINTENANCE OF HIGHWAYS, STREETS, AND BRIDGES TEXAS DEPARTMENT OF TRANSPORTATION (TxDOT) June 1, 2004 A copy of the TxDOT specifications can be found on the TxDOT website http://www.dot.state .tx.us/. The specifications applicable to each pay item are indicated in the call-out for the pay item by the ENGINEER. If not shown , then applicable published specifications in either of these documents may be followed at the discretion of the Contractor. General Provisions shall be those of the Fort Worth document rather than Division 1 of the North Central Texas document. Rev 06-18-09 SPB-2 001.1 DESCRIPTION SPECIAL SPECIFICATION GEOTEXTILE SLOPE PROTECTION Furnish labor, materials, equipment and incidentals necessary to install geotextile fabric. Use the geotextile in erosion control applications under bedding stone or riprap along channels, shores, and waterways, and under slope protection along highway cut or fill slopes as specified. The geotextile shall be designed to allow passage of water while retaining insitu soil without clogging. 001.2 MATERIALS A. PRODUCTS GEOTEXTILE: Non-woven fabric consisting of U.V. stabilized polypropylene, formed into a stable network by needle punching. B. 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 average roll minimum value (weakest principal 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 average roll minimum value (weakest principal direction) stipulated herein. Test Requirements: Physical Propeities Average Roll Minimum Value ,, ·. (Weakest Princioal Direction)* Grab Tensile Strength* ASTM D4632 (Lbs) 300 Elongation at Failure* 50 ASTM D4632 (%) Mullen Burst Strength ASTM D3786 (psi)-580 Water Flow Rate 75 ( gal/min/ft:2) ASTM D4491 AOS(095) mm, ASTM D4751 0.150 Trapezoid Tear Strength* ASTM D4533 (Lbs.) 115 Permeability -k 0.1 (cm/sec) ASTM D4491 Puncture Resistance 175 ASTM D4833 (modified) (Lbs.) C. PACKING AND IDENTIFICATION REQUIREMENTS Provide the geotextile in rolls wrapped with protective covering to protect the geotextile from mud, dirt, dust, and debris. The geotextile shall be free of defects or flaws which significantly affect its physical properties. Label each roll of geotextile in the shipment with a number or symbol to identify that production run. D. SAMPLING AND COMPLIANCE REQUIREMENTS Geotextile Slope Protection 001-1 A competent laboratory must be maintained by the producer of the geotextile at the point of manufacture to insure quality control in accordance with ASTM testing procedures. The laboratory shall maintain records of its 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 E. SUBMITTALS Submittals shall include Record Data and Samples 001.3 CONSTRUCTION F. Exposure of geotextiles to the elements between lay down and cover shall be a maximum of 14 days to minimize damage potential. Install the geotextile fabric in accordance with the plans. Construction vehicles will not be allowed to traffic directly on the fabric. Place and anchor geotextile on a smooth graded surface approved by the Engineer. The geotextile shall be placed so that placement of the overlying materials will not excessively stretch or tear the fabric . Anchoring of the terminal ends of the geotextile shall be accomplished through the use of key trenches or aprons at the crest and the toe of the slope . Successive geotextile sheets shall be overlapped so that the upstream sheet is placed over the downstream sheet and/or upslope over downslope. In underwater applications, the geotextile and required thickness of backfill material shall be placed the same day . The geotextile shall be placed so that placement of the overlying materials will not excessively stretch or tear the fabric. Overlaps when necessary shall be 12" minimum except when plac~d under water where the overlap shall be a minimum of 36". Use securing pins when necessary to insure proper anchoring of the fabric, with securing pins spaced at 5' to 10' centers. Securing pins shall be 3/16" steel bars, pointed at one end and fabricated with a head to retain a steel washer having an outside diameter of not less than 1-1/2". The pin length shall not be less than 19". U- shaped pins or special staples shall be an acceptable option, if approved by the Engineer. G. The backfill placement shall begin at the toe and proceed up the slope. Back-dump the aggregate onto the fabric and spread in a uniform lift maintaining design aggregate thickness. 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 pressures on the soil. Fill any ruts that develop during spreading or compacting with additional aggregate rather than blading from surrounding areas. H. Either sewing or overlapping shall join the geotextile. Seams shall be subject to the approval of the Engineer. Damaged geotextile shall be repaired with geotextile patch, placed over the damaged area and extended 3' beyond the perimeter of the tear or damage. 001.4 MEASUREMENT AND PAYMENT Geo textile shall be subsidiary to the measurement and payment of the articulating concrete blocks. See Special Specification. Geotextile Slope Protection 001-2 SPECIAL SPECIFICATION ARTICULATING CONCRETE BLOCK (ACB) REVETMENT SYSTEM SPECIFICATIONS 002.1 GENERAL A. Scope of Work The Contractor shall furnish all labor, materials , equipment, and incidentals required and perform all operations in connection with the installation of cellular concrete erosion control mats in accordance with the lines , grades , design and dimensions shown on the Contract Drawings and as specified herein. B. Submittal The Contractor shall submit to the Engineer all manufacturers' hydraulic testing and calculations in support of the proposed cellular concrete mat system and geotextile. The Contractor shall furnish the manufacturer's certificates of compliance for cellular concrete blocks/mats, revetment cable, and any revetment cable fittings and connectors. The Contractor shall also furnish the manufacturer's specifications, literature, shop drawings for the layout of the mats , and any recommendations , if applicable, that are specifically related to the project. Alternative materials may be considered. Such materials must be pre-approved in writing by the Engineer prior to bid date. Alternative material packages must be submitted to the Engineer a minimum of fifteen (15) days prior to . bid date. Submittal packages must include, as a minimum, the following: 002.2 PRODUCT 1. Full-scale laboratory testing performed by the submitting manufacturer and associated engineered calculations quantifying the hydraulic capacity of the proposed cellular concrete mat system in similar conditions to the specific project. 2. A list of 5 comparable projects, in terms of size and applications, in the United States , where the results of the specific alternate revetment system use can be verified after a minimum of one (5) year of service life .. A. General All cellular concrete mats shall be prefabricated as an assembly of concrete blocks, with specific hydraulic capacities, laced with revetment cables . Cellular concrete mats may be assembled on-site by hand-placing the individual units either with or without subsequent insertion of cables. Individual units in the system shall be staggered and interlocked for enhanced stability. 1 The mats shall be constructed of open and/or closed cell units as shown on the contract drawings . The open cell units have two (2) vertical openings of rectangular cross section with sufficient wall thickness to resist breakage during shipping and installation. Parallel strands of cable shall extend through two (2) cable ducts in each block allowing for longitudinal binding of the units within a mat. Each row of units shall be laterally offset by one-half of a block width from the adjacent row so that any given block is cabled to four other blocks (two in the row abo ve and two in the row below). Each block shall incorporate interlocking surfaces that minimize lateral displacement of the blocks within the mats when they are lifted by the longitudinal revetment cables. The interlocking surfaces must not protrude beyond the perimeter of the blocks to such an extent that they reduce the fle xibility or articulation capability of the cellular mats or become damaged or broken when the mats are lifted during shipment or placement. Once the mats are in place , the interlocking surfaces shall minimize the lateral displacement of the blocks even if the cables should become damaged or removed. The mats must be able to flex a minimum of 18° between any given row or column of blocks in the uplift direction and a minimum of 45 ° in the downward direction. The cables inserted into the mats shall form lifting loops at one end of the mat with the corresponding cable ends spliced together to form a lifting loop at the other end of the mat. The Engineer shall approve appropriate sleeves for use in order to splice the lifting loop. The cables shall be inserted after sufficient time has been allowed for the concrete to complete the curing process. The cellular concrete mats shall be placed on a filter fabric as specified herein. Under no circumstances shall the filter fabric be affixed (i.e. chemically bonded to the blocks) to the mattress in a manner in which would jeopardize the functionality of the filter fabric. Specifically , the filter fabric shall be independent of the block system. Certification (Open-Channel Flow): Cellular concrete mats will only be accepted when accompanied by documented hy draulic performance characteristics that are derived from tests under controlled flow conditions . Testing guidelines should conform to U.S. Federal Highway Administration and U.S. Bureau of Reclamation Testing Protocol as documented in "Minimizing Embankment Damage During Overtopping Flow", Report No. FHWA-RD- 88-181 and all hydraulic performance testing shall be performed in a 2H : 1 V flume. Performance (Open-Channel Flow): The design of the cellular concrete mats shall be in accordance with the Factor-of-Safety design methodology as described in "Erosion and Sedimentation" by Pierre Julien, Cambridge University Press, 1995. The minimum designed safety factor shall be 1.5 by utilizing the following equation. The analysis shall be performed based upon the stability of the mat due to gravity forces alone, neglecting conservative forces added by cabling, mechanical anchorage, contact with adjacent blocks , or other restraints not attributable to gravity based forces. The analysis must account for a 0.5-inch block projection. 2 In order to analyze the performance of the unit, the hydraulic information listed below is required: TABLE 1. ACB HYDRAULIC INFORMATION Velocity (ft/sec) 9 .00 Shear Stress (lb/ft2) 1.82 Friction or Bed Slope (ft/ft) 0.001 Side Slope (_ H: 1 V) 2 Allowable Unit Protrusion (in) 0 .5 for Uniform Units & 0.0 for 0 .5 inch Tapered Units B. Cellular Concrete Blocks 1. Scope 1.1 This specification co vers erosion control mats used in revetments for soil stabilization. Note 1 -Concrete units covered by this specification are made from lightweight or normal weight aggregates , or both. Note 2 -The values stated in U.S . customary units are to be regarded as the standard. 2. Materials 2.1 Cementitious Materials -Materials shall conform to the following applicable ASTM specifications: 2 .1.1 Portland Cements -Specification C 150 , for Portland Cement. 2.1.2 Blended Cements -Specification C 595 , for Blended Hydraulic Cements . 2.1.3 Hydrated Lime Types -Specification C 207 , for Hydrated Lime Types. 2.1.4 Pozzolans -Specification C 618, for Fly Ash and Raw or Calcined Natural Pozzolans for use in Portland Cement Concrete. 2 .2 Aggregates shall conform to the following ASTM specifications, except that grading requirements shall not necessarily apply: 2.2.1 Normal Weight -Specification C 33 , for Concrete Aggregates . 3. Casting 3.1 The concrete units shall be produced by a dry cast method. The dry cast units obtain strength in a shorter duration as well as an increase in the durability and overall quality of product. 3 4. Physical Requirements 4.1 At the time of delivery to the work site, the units shall conform to the physical requirements prescribed in Table 2 listed below. TABLE 2. PHYSICAL REQUIREMENTS Compressive Strength Net Area Water Absorption 3 3 Min. p.s.i (mPa) Max. lb/ft (kg/m ) Avg. of 3 units Individual Unit Avg. of 3 units Individual Unit 4,000 (27.6) 3,500 (24.1) 10 (160) 12 (192) 4.2 When applicable, the manufacturer shall meet all requirements pertaining to a concrete unit's durability pertaining to a freeze-thaw environment. 4.3 Units shall be sampled and tested in accordance with ASTM D 6684-04, Standard Specification for Materials and Manufacture of Articulating Concrete Block (ACB) Revetment Systems. 5. Visual Inspection 5.1 All units shall be sound and free of defects that would interfere with either the proper placement of the unit or impair the performance of the system. Surface cracks incidental to the usual methods of manufacture, or surface chipping resulting from customary methods of handling in shipment and delivery , shall not be deemed grounds for rejection. 5.2 Cracks exceeding 0.25 inches (.635 cm) in width and/or 1.0 inch (2.54 cm) in depth shall be deemed grounds for rejection. 5.3 Chipping resulting in a weight loss exceeding 10% of the average weight of a concrete unit shall be deemed grounds for rejection. 5.4 Blocks rejected prior to delivery from the point of manufacture shall be replaced at the manufacturer's expense. Blocks rejected at the job site shall be repaired with structural grout or replaced at the expense of the contractor. 6. Sampling and Testing 6.1 The purchaser or their authorized representative shall be accorded proper access to facilities to inspect and sample the units at the place of manufacture from lots ready for delivery. 6.2 Field installation procedures shall comply with the procedures utilized during the hydraulic testing procedures of the recommended system. All system restraints and ancillary 4 components (such as synthetic drainage mediums) shall be employed as they were during testing. For example , if the hy draulic testing installations utilize a drainage layer then the field installation must utilize a drainage layer ; an installation without the drainage layer would not be permitted. 6.3 The theoretical force-balance equation used for performance extrapolation tends for conservative performance values of thicker concrete units based on actual hydraulic testing of thinner units. When establishing performance values of thinner units based on actual hydraulic testing of thicker units, there is a tendency to overestimate the hydraulic performance values of the thinner units. Therefore, all performance extrapolation must be based on actual hydraulic testing of a thinner unit then relating the values to the thicker units in the same "famil y" of blocks. 6.4 Additional testing , other than that provided by the manufacturer, shall be borne by the purchaser. 7. Manufacturer Articulated concrete blocks shall be ARMORFLEX® Class 40L as manufactured and sold by ARMORTEC , 9025 Centre Pointe Drive West Chester, OH 45069, Phone : (513) 645- 7000 , (800) 305-0523, or approved equal. 8. Size The ARMORFLEX® cellular concrete blocks shall have the following nominal characteristics: TABLE 2. STANDARD SIZES OF ARMORFLEX® BLOCKS CLASS TYPE BLOCK WEIGHT BLOCK SIZE OPEN AREA % Lbs Lbs./Sq.ft. Length Width Height (kg) (kg/m 2) inches inches inches (cm) (cm) (cm) Open 95-111 35-41 17 .4 23 .6 4 .75 20 40L (43-51) (303-347) (44.2) (59.9) (12 .1) 8. Color The blocks shall be TAN in color and approved by ENGINEER prior to manufacturing . 5 .. C. Revetment Cable and Fittings Option 1. Polyester Revetment Cable and Fittings. Revetment cable shall be constructed of high tenacity, low elongating, and continuous filament polyester fibers. Cable shall consist of a core construction comprised of parallel fibers contained within an outer jacket or cover. The weight of the parallel core shall be between 65% to 70% of the total weight of the cable. The revetment cable shall have the following physical properties: Polyester Cable Nominal Approx. Ave. Weight per Length Cable Dia . Strength (in.) {Lbs) (kN) (Lbs)/100ft (kg/m) 1/4 3,000 13 .3 2.2 0 .03 5/16 7,000 31 .1 4.4 0 .07 3/8 10,000 44 .5 5.5 0 .08 1/2 15 ,000 66 .7 9.7 0.14 Elongation requirements specified below are based upon stabilized new, dry cable. Stabilization refers to a process in which the cable is cycled fifty (50) times between a load 2 corresponding to 200D and a load equal to 10%, 20% or 30% of the cable's approximate average breaking strength. Relevant elongation values are as shown in the table below. The tolerance on these values is ± 5%. ELASTIC ELONGATION at Percentage of Break Strength 10% 20% 30% 0.6 1.4 2.2 The revetment cable shall exhibit resistance to most concentrated acids, alkalis and solvents. Cable shall be impervious to rot, mildew and degradation associated with marine organisms. The materials used in the construction of the cable shall not be affected by continuous immersion in fresh or salt water. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Revetment cable splicing fittings shall be selected so that the resultant splice shall provide a minimum of 60% of the minimum rated cable strength. Fittings such as sleeves and stops shall be aluminum and washers shall be galvanized steel unless otherwise shown on the Contract Drawings. Option 2. Galvanized Steel Revetment Cable and Fittings. Revetment cable shall be constructed of preformed galvanized aircraft cable. The cables shall be made from individual wires and strands that have been formed during the manufacture into the shape they have in finished cable. 6 Cable shall consist of a core construction comprised of seven (7) wires wrapped within seven (7) or nineteen (19) wire strands. The revetment cable shall have the following physical properties: Galvanized Cable Nominal Approx. Ave . Weight per Length Cable Dia. Type Strength (in.) (Lbs) (kN) (Lbs)/100ft (kg/m) 1/8 7x7 1,700 7.5 2.8 0 .04 3/16 7x7 3,700 16.4 6 .2 0 .09 1/4 7x7 6,100 27.1 10 .6 0 .16 5/16 7x19 9 ,800 43 .6 17.3 0 .26 3/8 7x19 14,400 64.1 24 .3 0.36 The revetment cable shall exhibit . resistance to mild concentrations of acids, alkalis, and solvents. Fittings such as sleeves and stops shall be aluminum, and the washers shall be galvanized steel. Furthermore, depending on material availability, the cable type (7x7 or 7xl 9) can be interchanged while always ensuring the required factor of safety for the cable. Selection of cable and fittings shall be made in a manner that insures a safe design factor for mats being lifted from both ends, thereby forming a catenary. Consideration shall be taken for the bending of the cables around hooks or pins during lifting. Revetment cable splicing fittings shall be selected so that the resultant splice shall provide a minimum of 7 5% of the minimum rated cable strength. D. Anchors Where permanent anchoring is required, e.g. hanging mats on steep slopes without toe construction, the cables (polyester or steel) shall be attached to the anchoring system as indicated on the Contract Drawings. The design and layout of the anchored system shall be design by a separate entity other than Armortec. E. Filter Fabric The geotextile filter shall meet the minimum physical requirements listed in Table No. 3 of these Specifications. Consultation with the manufacturer is recommended. The geotextile must be permitted to function properly by allowing relief of hydrostatic pressure; therefore fine soil particles shall not be allowed to clog the filter fabric. The geotextile fiber shall consist of a long-chain synthetic polymer composed of at least 85 percent by weight of propylene, ethylene, ester, or amide, and shall contain stabilizers and/or inhibitors added to the base plastic, if necessary, to make the filaments resistant to deterioration due to ultraviolet and heat exposure. The edges of the geotextile shall be finished to prevent the outer fiber from pulling away from the geotextile. 7 The Contractor shall furnish the Engineer, in duplicate , manufacturer's certified test results showing actual test values obtained when the physical properties are tested for compliance with the specifications. During all periods of shipment and storage, the filter fabric shall be protected from direct sunlight, ultraviolet rays and temperatures greater than 140 degrees Fahrenheit. To the extent possible, the fabric shall be maintained wrapped in its protective covering. The geotextile shall not be exposed to sunlight, ultraviolet rays until the installation process begins. TABLE 3. PHYSICAL REQUIREMENTS Physical Property Test Procedure Minimum Value Grab Tensile Strength ASTMD4632 300 Lbs . (Unaged Geotextile) (in any principal direction) Breaking Elongation ASTMD4632 50%max. (Unaged Geotextile) (in any principal direction) Burst Strength ASTMD3786 580 p.s.i Puncture Strength ASTMD4833 175 lbs. A.O .S., U.S. Std. Sieve ASTMD4751 0.150MM Permittivity ASTMD4491 0.1 SEC-I Final acceptance of the filtration geotextile by the Engineer shall be dependent upon the geotextile performance when tested in accordance with ASTM D5101, Standard Test Method for Measuring the Soil-Geotextile System Clogging by the Gradient Ratio test or the Hydraulic Conductivity Ratio test. Soil characteristics such as grain size distribution and plasticity shall be determined for every 200,000 square feet of geotextile installed or for each source of borrow material used during construction. Significant differences in soil characteristics shall require further performance testing by either the Gradient Ratio or the Hy draulic Conductivity Ratio tests at the discretion of the Engineer. The locations for which the material to be tested is extracted shall be approved by the Engineer. The Contractor shall provide the site-specific soil and modified proctor curves for the site-soil , at his own expense, to the manufacturer. Also, the contractor shall be responsible for the performance of the test by a certified independent laboratory experienced in performing such test. The test shall be performed under the actual field soil conditions or as otherwise required by the Engineer. At the time of installation, the filter fabric shall be rejected if it has been removed from its protective cover for over 72 hours or has defects , tears , punctures, flow deterioration, or damage incurred during manufacture , transportation or storage . With the acceptance of the Engineer, placing a filter fabric patch over the damaged area prior to placing the mats shall repair a tom or punctured section of fabric. The patch shall be large enough to overlap a 8 minimum of three (3) feet in all directions. In the event pre-assembled panels of fabric are required, the panels of filter fabric shall be sewn together at the manufacturer or another approved location. F. Size of Cellular Concrete Mats General. The cellular concrete blocks, cables and fittings shall be fabricated at the manufacturer or another approved location into mats with a width of up to eight (8) feet and a length up to forty (40) feet , which is approved by the Engineer. Mat Length: The cellular concrete mats shall have the ability for fabrication in various lengths , widths , and in combinations of length and/or widths. Special mats are a combination of two opposing dimensions either in the longitudinal or transverse direction of the mats . The special mats are available in various dimensions that allow for a custom fit to a site-specific project. 002.3 CONSTRUCTION A. Foundation Preparation General. Areas on which filter fabric and cellular concrete blocks are to be placed shall be constructed to the lines and grades shown on the Contract Drawings and to the tolerances specified in the Contract :Documents, and approved by the Engineer. Grading. The slope shall be graded to a smooth plane surface to ensure that intimate contact is achieved between the slope face and the geotextile (filter fabric), and between the geotextile and the entire bottom surface of the cellular concrete blocks. All slope deformities, roots, grade stakes, and stones which project normal to the local slope face must be re-graded or removed. No holes, "pockmarks", slope board teeth marks , footprints, or other voids greater than 1.0 inch in depth normal to the local slope face shall be permitted. No grooves or depressions greater than 0.5 inches in depth normal to the local slope face with a dimension exceeding 1.0 foot in any direction shall be permitted. Where such areas are evident, they shall be brought to grade by placing compacted homogeneous material. The slope and slope face shall be uniformly compacted, and the depth of layers , homogeneity of soil, and amount of compaction shall be as required by the Engineer. Excavation and preparation for anchor trenches , flanking trenches , and toe trenches or aprons shall be done in accordance to the lines, grades and dimensions shown in the Contract Drawings. The anchor trench hinge-point at the top of the slope shall be uniformly graded so that no dips or bumps greater than 0.5 inches over or under the local grade occur. The width of the anchor trench hinge-point shall also be graded uniformly to assure intimate contact between all cellular concrete blocks and the underlying grade at the hinge-point. Inspection. Immediately prior to placing the filter fabric and cellular concrete blocks, the prepared subgrade shall be inspected by the Engineer as well as the owner's representative. No fabric or blocks shall be placed thereon until that atea has been approved by each of these parties. 9 B. Placement of Geotextile Filter Fabric General. Filter Fabric, or filtration geotextile, as specified elsewhere, shall be placed within the limits shown on the Contract Drawings. Placement. The filtration geotextile shall be placed directly on the prepared area, in intimate contact with the subgrade, and free of folds or wrinkles. The geotextile shall not be walked on or disturbed when the result is a loss of intimate contact between the cellular concrete block and the geotextile or between the geotextile and the subgrade. The geotextile filter fabric shall be placed so that the upstream strip of fabric overlaps the downstream strip. The longitudinal and transverse joints shall be overlapped at least two (2) feet. The geotextile shall extend at least one foot beyond the top and bottom revetment termination points. If cellular concrete blocks are assembled and placed as large mattresses, the top lap edge of the geotextile should not occur in the same location as a space between cellular concrete mats unless the space is concrete filled. C. Placement of Cellular Concrete Blocks/Mats General. Cellular concrete block/mats; as specified in Part 2:A of these Specifications, shall be constructed within the specified lines and grades shown on the Contract Drawings. Placement. The cellular concrete blocks shall be placed on the filter fabric in such a manner as to produce a smooth plane surface in intimate contact with the filter fabric. No individual block within the plane of placed cellular concrete blocks shall protrude more than one-half inch or as otherwise specified by the Engineer. To ensure that the cellular concrete blocks are flush and develop intimate contact with the subgrade, the blocks shall be "seated" with a roller or other means as approved by the Engineer. If assembled and placed as large mattresses, the cellular concrete mats shall be attached to a spreader bar or other approved device to aid in the lifting and placing of the mats in their proper position by the use of a crane or other approved equipment. The equipment used should have adequate capacity to place the mats without bumping, dragging, tearing or otherwise damaging the underlying fabric. The mats shall be placed side-by-side and/or end-to-end, so that the mats abut each other. Mat seams or openings between mats greater than two (2) inches shall be filled with 4000 p.s.i. non-shrink grout. Whether placed by hand or in large mattresses, distinct changes in grade that results in a discontinuous revetment surface in the direction of flow shall require a grout seam at the grade change location so as to produce a continuous surface. Anchor trenches and side trenches shall be backfilled and compacted flush with the top of the blocks. The integrity of the trench backfill must be maintained so as to ensure a surface that is flush with the top surface of the cellular concrete blocks for its entire service life. Toe trenches shall be backfilled as shown on the Contract Drawings. Backfilling and compaction of trenches shall be completed in a timely fashion. No more than 500 linear feet of placed cellular concrete blocks with non-completed anchor and/or toe trenches shall be permitted at any time. Finishing. The cells or openings in the cellular concrete blocks shall be backfilled and 10 compacted immediately with suitable material to assure there are no voids and so that material extends from the filter fabric to one-inch above the surface of the cellular concrete block. Backfilling and compaction shall be completed in a timely manner so that no more than 500 feet of exposed mats exist at any time. Consultation. The manufacturer of the cellular concrete blocks/mats shall provide design and construction advice during the design and initial installation phases of the project when required. 002.4 MEASUREMENT AND PAYMENT The Articulated Concrete Block (ACB) Revetment System shall be measured for payment by the square yard in place. Measurement will be the nearest square yard. Payment will be made at the contract unit price bid for "Articulated Concrete Block", which price and payment shall constitute full compensation for furnishing labor, material, equipment, and performing operations in connection with placing the ACB as shown on the plans. 11 SPECIAL SPECIFICATION COMP ACTED FILL FOR LEVEE 003.1 GENERAL A. Scope of Work The Contractor shall furnish labor, materials, equipment and incidentals necessary to perform operations in connection with preparing the levee and placing and compacting permanent fills and backfills not otherwise specified in other sections in accordance with the contract drawings and these specifications. B. Definitions C. D. E. EMBANKMENT: Defined as the earthfill portions of the work, and includes all types of earthfill materials for the levee. COMP ACTED FILL: Includes all fill deposited in layers and compacted. Classifications The types of compacted earthfill are: "Impervious" fill consists of all fills used in the construction of the embankment composed of CL and CH materials. Exclusions "Compacted Fill" and "Embankment" shall not include those materials such as articulating concrete block (ACB). Lines and Grades Construct the embankment to the lines, grades, and cross sections as indicated. There shall be no payment for shrinkage or consolidation that occurs during construction. The end slopes and side slopes of fill sections shall not be steeper than those indicated. F. Conduct of the Work Maintain and protect the embankment in a satisfactory condition at all times until final completion and acceptance of the work under the contract. If the hauling equipment causes horizontal shears or slickensides, rutting, quaking, heaving, cracking, or excessive deformation of the embankment, limit the type, load, travel speed, and/or haul pattern of the hauling equipment on the embankment. Excavate and remove from the embankment any material which the Owner's representative considers objectionable and dispose of such material and refill the excavated area. The removal any embankment material placed outside of described slope lines may be required and if necessary, shall be at the Contractor's expense. Replace any material rendered unsuitable at the Contractor's expense. G. Slides In the event of a slide in any part of the embankment prior to final acceptance of the work, 1 H . remove material from the slide area, as ordered, and rebuild such portion of the embankment. Standards The applicable provisions of the following standards shall apply as if written here in their entirety: American Society for Testing and Materials specifications : ASTMC136 ASTMD 698 ASTM D1556 ASTMD2167 ASTMD2922 ASTMD2937 ASTM D3017 ASTMD3042 ASTMD4253 ASTMD-4254 ASTMD-4318 ASTMD-4373 Standard Method for Sieve Analysis of Fine and Coarse Aggregates Test Method .for Moisture Density Relations of Soils and Soil Aggregate Mixtures, Using 5.5 lb. Rammer and 12 Inch Drop Test Method for Density of Soil in Place by the Sand-Cone Method Test Method for Density of Unit Weight of Soil in Place by the Rubber Balloon Method Test Methods for Density of Soil and Soil-Aggregate in Place by Nuclear Methods (Shallow Depth) Test Method for Density of Soil in Place by the Drive Cylinder Method Test Method for Moisture Content of Soil and Soil Aggregate in Place by Nuclear Methods (Shallow Depth) Test Method for Insoluble Residue in Carbonate Aggregates Test Methods for Maximum Index Density of Soils Using a Vibratory Table Test Methods for Minimum Index Density of Soils and Calculation of Relative Density Test Method for Liquid, Plastic Limit, and Plasticity Index of Soils Test Method for Calcium Carbonate Content of Soils" USBR Engineering Nomograph No. 26, "A Rapid Method of Construction Control for Embankments of Cohesive Soil" 003.2 PRODUCTS A. Materials Secure materials for embankment fills from approved offsite borrow areas. The intention is to use the most suitable materials obtainable from these sources. Materials containing brush, roots, sod, or other decomposable or perishable materials shall not be considered suitable. The suitability of the materials shall be subject to approval of the Owner's representative. Mixing of materials during the excavating process at the borrow area may be required . B. Compaction Equipment Compaction equipment shall conform to the following requirements and shall be utilized as 2 hereinafter specified. Variations from the specified equipment shall be approved by the ENGINEER. However, use of approved compaction equipment does not alleviate the CONTRACTOR from meeting all density requirements of the compacted fill. The CONTRACTOR is required to use equipment suitable and appropriate to achieve the required densities of the material being placed. 1. TAMPING ROLLERS Tamping rollers shall consist of a heavy duty double drum unit with a drum diameter not less than 60" and an individual drum length of not less than 60". The drums shall be water or sand and water ballasted. Each drum shall have staggered feet uniformly spaced over the cylindrical surface such as to provide approximately three tamping feet for each two square feet of drum surface . The tamping feet shall be 7" to 9" in clear projection from the cylindrical surface of the roller and shall have a face area of not less than seven (7) nor more than 10 square inches. Self- propelled rollers with tamping feet surface areas greater than ten (10) but less than 3 0 square inches can be utilized provided the feet hav e tapered heads that add to the compactive effort. The roller shall be equipped with cleaning fingers, so to prevent the accumulation of material between the tamping feet , and these cleaning fingers shall be maintained at their full length throughout the periods of use of the roller. The weight of the roller shall not be less than 3500 pounds per foot of linear drum length weighted, and shall not be less than 1500 pounds per foot of drum length empty. The two (2) drums comprising one (1) roller unit shall be configured so that both drums function when traversing uneven ground. The roller shall be self propelled or tractor drawn at a speed that will give optimum compactive effort. The selection, operation, and use of the tamping roller shall be based on the results of the construction of a test section. The test section shall be constructed using the proposed roller and the materials from designated and or planned borrow areas. The roller shall provide uniform compaction throughout the lift and shall insure bonding by its kneading action. The roller shall not cause scaring of the fill or laminations in the fill. The roller shall not walk across a lift until uniform compaction is obtained. Additional testing shall be required if the materials change during construction. When necessary repairs shall be made to the tamping feet , minor alterations shall be made to the roller, and variations in the weight of roller shall be made. 2 . PNEUMATIC ROLLERS Pneumatic rollers shall have a rmrumum of four ( 4) wheels equipped with pneumatic tires. The tires shall be of such size and ply as can be maintained at tire pressures between 80 and 100 pounds per square inch for a 25 ,000 pound wheel load during rolling operations. The roller wheels shall be located abreast and be designed so that each wheel carries approximately equal load in traversing uneven ground. The spacing of the wheels shall be such that the distance between the nearest edges of adjacent tires shall not be greater than 50% of the tire width of a single tire at the operating pressure of a 25,000 pound wheel load. The roller shall be provided with a body suitable for ballast loading such that the load per wheel may be varied, as ordered by the Engineer, from 18 ,000 to 25 ,000 pounds. The 3 roller shall be towed at speeds not to exceed 10 miles per hour. The character and efficiency of this equipment shall be subject to the results of the construction of a test section as required in Paragraph 3.3 B. · 3. VIBRATORY ROLLERS Vibratory rollers shall have a total static weight of not less than 20,000 pounds, with at least 90% of the weight transmitted to the ground through a single smooth drum when the roller is standing in a level position. The diameter of the drum shall be between 5.0 and 5.5 feet and the width between 6.0 and 9.0 feet. The unsprung weight of drum, shaft, and internal mechanism shall be not less than 12,000 pounds. The frequency of vibration during operation shall be between 1,100 and 1,500 c.p.m., and the dynamic force shall be not less than 40,000 pounds at 1,400 c.p.m. No backing of the vibratory roller shall be allowed on the embankment unless the vibrating mechanism is capable of being reversed. The Equipment Manufacturer shall furnish sufficient data, drawings and computations for verification of the above specifications, and the character and efficiency of this equipment shall be subject to the construction of a test section as required in Paragraph 3.3 B. Self propelled and towed vibratory rollers shall be operated at speeds not exceeding 3 miles per hour and 1.5 miles per hour, respectively. 4. POWER TAMPERS Compaction of material in areas where it is impracticable to use a roller or tractor shall be performed with approved power tampers or other approved equipment. 003.3 CONSTRUCTION A. Preparation of Foundation Unless otherwise directed, fill each depression with the type of material which is to be placed immediately above the foundation. Place the fill in layers, moisten, and compact in accordance with the applicable provisions. Materials which cannot be compacted by roller equipment because of inadequate clearances shall be spread in 4" layers and compacted with power tampers to a density and moisture content in accordance with the applicable provisions. After filling of depressions and trenches and immediately prior to placement of compacted fill in any section of the embankment, loosen the foundation of such section thoroughly by scarifying, plowing, discing, or harrowing to a minimum depth of 6", and maintain the moisture content within the limits specified in Paragraph 3.3 D. MOISTURE CONTROL for the appropriate type of material. After removal of roots or other debris turned up in the process of loosening, compact the entire surface of the embankment foundation area as specified in Paragraph 3.3 E. COMPACTION. Plate areas of the foundation which are not feasible to dry back to the desired moisture content in the opinion of the Owner's representative. Plating consists of covering the wet area with no more than 3' of dry material and compacting. Route hauling equipment over the area and remove any soft spots which rut and replaced with dry compacted fill. The entire area must be capable of supporting ten (10) passes 4 of a SO ton pneumatic roller without significant rutting. The top 18" of plating, in final form, must comply with the requirements of moisture content and density for the specific zone of the embankment in which it lies. B. Placing of Material Place embankment materials on properly prepared subgrade. Each load of material, as nearly as practicable, shall be a mixture of material obtained from the borrow source when the excavation involves materials of a different type. Perform the combined excavation, placing, and spreading operation to obtain blending of material, and to insure that the materials, when compacted in the embankment, have the best practicable degree of compaction, impermeability, and stability. Spread the earth materials that can be compacted with the specified tamping and pneumatic rollers in approximate horizontal layers not more than eight (8) inches thick before compacting over the length and breadth of the section of embankment under construction. In areas where the specified tamping and pneumatic rollers cannot be utilized, spread the earth materials in approximately horizontal layers not more than 4" thick before compacting. If the surface of the embankment is too smooth and hard to bond properly with succeeding layer, scarify and wet the surface before the succeeding layer is placed. Where fill is to be placed next to existing fill, remove the fill to un- weathered, dense material, sloped to no steeper than 1H:1 V if existing fill face is parallel to the centerline of the embankment and SH:1 V if the face is perpendicular to the centerline of the embankment. Bench and scarify each layer as adjoining lifts are placed. Route material hauling equipment over the surface of the embankment to distribute the added compaction afforded by the rolling equipment, and to prevent the formation of ruts on the embankment surface. Remove roots and debris from the embankment and dispose of debris and roots in an approved manner. C. STRUCTURAL BACKFILL Place structural backfill, where room permits, as specified in the previous paragraphs. Where room does not permit and within 3' of structures , compact 4" layers of soil or 24" layers of rock by power tampers or rubber tired equipment, provided the rubber tired equipment does no damage. Adjust the moisture content and blending of the 4" layers such that the layers can be compacted and bonded together. Complete compaction by power tamps or rubber tired equipment such that there will be a 24" overlap by roller compaction. Lifts thicker than 4" may be allowed with the use of rubber tired equipment such that there will be a 24" overlap be roller compaction. Lifts thicker than 4" may be allowed with the use of rubber tired equipment if compaction can be achieved throughout the entire lift and it can be shown that the lifts are bonded together. Do not operate rollers within 3' of structures. Allow fourteen (14) days to elapse since concrete placement before backfill or other loads are placed on or against concrete surfaces. Before permitting passage of hauling and rolling equipment over the top of a concrete structure, provide depth of fill over the concrete sufficient to permit such passage without inducing harmful stresses or vibrations in 5 the structures. Keep backfill on structures receiving fill on both sides within 2' of the opposite side. D. MOISTURE CONTROL 1. GENERAL The materials in each layer of the fill shall uniformly contain the amount of moisture, within the limits specified below necessary to obtain the maximum dry density for the soil. Determination of the maximum dry density and optimum moisture is specified in Paragraph 3.3 E. below, COMPACTION. Rework material that is not within the specified moisture content limits after compaction regardless of density. The moisture requirements shall be met at the time the next overlying lift of fill is placed. Compact embankment with a moisture content within one (1) percentage points dry to three (3) percentage points wet of the optimum moisture content required to obtain a maximum dry weight of the soil as determined by ASTM D698 or USBR EM No. 26. 2. PROCESSING After spreading the soil on the embankment, adjust the moisture content of the soil , if necessary, by either aeration or the addition of water to bring the moisture content within the range specified. Uniformly distribute the moisture content throughout the layer of soil to be compacted. In order to accomplish this distribution, thoroughly mix the layer of soil by discing or harrowing. Thoroughly mix each soil layer by discing or harrowing prior to compacting the layer regardless of the moisture uniformity of the soil material. Should the surface of a previously compacted layer become dry due to exposure to the elements, appropriately wet the surface of the compacted layer prior to placing the succeeding layer of soil , and properly disk or harrow. Should a layer of soil be over wetted, allow the layer to dry to a proper moisture content prior to compacting. Should the surface of a layer become smooth and hard, roughen the surface by scarifying , and wet, if necessary, prior to placing the next layer of soil. 3. FROZEN MATERIAL Do not place or compact fill material that is frozen in any zone. In addition, do not place fill on top of any frozen material. Scarify and re-compact in-place fill that has been frozen so that it meets the density and moisture requirements when the next lift is placed on it. E. COMPACTION 1. GENERAL After a layer of fill material has been dumped and spread, harrow the layer as needed to break up and blend the fill materials. Perform harrowing with a heavy disc plow, or other approved harrow, to the full depth of the layer. If one (1) pass of the harrow does not accomplish the breaking up and blending of the materials, make additional passes of the harrow to obtain desired result. When the moisture content and the uniformity of the layer is satisfactory, compact the lift of material by at least the specified number of passes to the percent of optimum density specified below. 6 2. Compact the impervious fill and cohesive random fill with at least eight (8) passes with a tamping roller. Compact non-cohesive and borderline random fill soils and gravels with at least six (6) passes of a vibratory roller. A pass shall consist of one (1) trip over the area being compacted. The front and rear axle rollers on self propelled models shall only be considered as one (1) pass per trip. The initial and final area to be rolled shall each have the required passes . -Stagger passes between the initial and final area in order to establish overlapping with the required passes at all locations. Dumping, spreading , sprinkling and compacting may be performed at the same time at different points along a section where there is sufficient area to permit these operations to proceed simultaneously. 3. Determine the moisture and density of in place materials by one or more of the following ASTM D2937, D2167, D1556 , D3017 , D2922, or USBR Engineering Monograph No. 26 . Determine the maximum density optimum moisture of these materials by ASTM D698 , D4253 and D4254 or USBR Engineering Monograph No . 26 . 4. Compact soils , to an average (10 test running average) of 98% of the appropriate maximum density. The minimum density of any test shall be 95% of the maximum density. In cohesive soils , the maximum density is to be determined by ASTM D698 or USBR EM No. 26 . A minimum of three (3) representative density tests shall be required for each lift of material placed. 5. If, with the required moisture content, it is found necessary, change the number of passes as may be necessary or the weight of the roller modified or the lift thickness varied to meet the density requirements. The number of passes for compacted fill shall not be decreased from those listed above. F. FIELD QUALITY CONTROL; CONSTRUCTION CONTROL The Owner will provide for quality control tests on the materials incorporated in the work. Any testing performed by the Owner in no way relieves the Contractor of the responsibility of completing the work in accordance with this contract. The Contractor shall assist the laboratory personnel in taking tests to the extent of furnishing labor and equipment to prepare the areas for testing and curtailing operations in the vicinity of the test area during testing. The Contractor has the right to conduct such tests as he deems necessary to assure himself of compliance with the contract specifications. Conflicting results between the Owner's laboratory tests and those made by the Contractor shall be resolved by the Engineer and his decision shall be final. 003.4 MEASUREMENT AND PAYMENT A. MEASUREMENT 1. The embankment, as defined in Paragraph 3 .1 B. of this specification, shall be measured to the neat lines, slopes and grades indicated. After completion of stripping , make a survey of the site of the embankment work and base measurements of embankment on this survey . Compute the volume using the "Average End Area" method using centerlines for distance calculations. No allowance shall be made for unauthorized over excavation and the satisfactory replacement of such overcut with appropriate materials shall be required and 7 performed at the Contractor's expense. 2. Coordinate the survey with the Owner's representative in order that the Owner's representative may verify the adequacy and accuracy of the survey . . B. PAYMENT Payment for the Compacted Fill shall be made at the unit price bid per cubic yard for "Compacted Impervious Fill" which price shall be full compensation for furnishing labor, equipment, materials, and for performing operations necessary to place and compact the embankment for the levee. 8 SPECIAL SPECIFICATION 1202 SITE BOLLARDS 1202.1 DESCRIPTION. Section specifies installing Cal Pipe LBMR Series Stainless Steel Manual Retractable Bollards, Model Number LBMR 4000 or approved equal. 1202.2 SUBMITTALS A. Specifications Drawing: Detail drawing of product including overall dimensions and options . · B. Samples : Various component samples available upon request. C. Qualifications: Installer must submit evidence of a successful installation history with comparable materials and designs specified . 1202.3 DELIVERY, STORAGE, and HANDLING A. Delivery: Deliver products to site in manufacturer's original, unopened containers and packaging . Upon delivery, examine packages immediately to ensure all products are complete and undamaged . B. Storage : Store products in a protected, dry area in manufacturer's unopened containers and packaging . C . Handling : Protect product's finish from damage during handling and installation . 1202.4 COORDINATION A. Coordinate with site work and other appropriate sections of the specifications to maintain proper provisions of the work specified . B. All site furnishings shall be laid out in the field and approved prior to installation . 1202.5 MANUFACTURER A. Cal Pipe Manufacturing 2207 165th Street Hammond, IN 46320 Toll Free : (800) 536-2248 Tel: (219) 884-6800 Fax: (219) 844-6884 E-mail : bollard-info@ca lpipe .com Web site: http ://calp ipebolla rds.com/index . htm 1202.6 GENERAL LBMR 4000 Series Manually Operated Retractable Bollards must be installed in vehicular driveways and access paths as shown in the plans. They must retract below finished pavement level to allow vehicular traffic to pass over them unobstructed. Retraction is accomplished by manual operation and includes an approximately waist high mechanism to lock the bollard in place . The fully extended bollard cylinder height shall be no less than 36" (inches) above finished ground or pavement. Bollard spacing should not exceed the dimensions shown on the drawings . The work described herein includes design, manufacture, supply and installation of security bollards to the "location" in accordance with this specification and drawings. SC 1202-1 Installation of the bollards, as described , will comprise all site construction works necessary to complete installation, including foundations, services, control systems, equipment, testing and site preparation . 1202.7 MEASUREMENTS Bollard Description Measurement Nominal Bore 4" Outside Diameter 4 .5" Wall Thickness .137" Extended Bollard Height 36" Silo Diameter 5.625" Silo Length 50" 1202.8 ARCHITECTURAL SIZE AND FINISH. The bollards are cylindrical "in diameter and size as noted in (1202 .7) MEASUREMENTS. Nominal outside diameter is(+/-2mm). Bollards will be finished in polished Stainless Steel (Level 4 Finish) 1202.9 STRUCTURAL DESIGN CRITERIA. Structural design will follow the design standards noted below : • Structural Steel • AS4100 Steel Structures 1202.1 O MA TE RIALS. Bollard will be manufactured from Grade 304 stainless steel with a cast stainless steel cap . Grade 316 stainless steel is an available option . 1202.11 STAINLESS STEEL COMPONENTS. The main structural components of the bollards will comply with the following materials standards: • ASTM A312 : Standards specification for seamless and welded austenitic stainless steel pipes. • Cold worked, exposed and concealed strucutral elements will be Grade 316 with 0.2% proff yield stress exceeding 300Mpa 1202.12 OPERATION. Installation is designed and described as a system of manually operated retractable bollards, each bollard operated individually . The installed bollard product will retract to flush or marginally below the sruface level of finished pavement level and will allow impeded vehicle or required utility vehicles . The locking mechanism for each bollard will use a unique system key, provided by Cal Pipe Security Bollards. Each bollard unit can be extended directly from its retracted postiions with the average power of one human and and will lock into place automatically in its fully raised configuration. Each bollard unit can be retracted with the use of the key and a slight upward lift to unlock bollard from fully raised position. With the removal of the key , the bollard will descend into its fully retractable configuration . 1202.13 BOLLARD MAINTENANCE. All mechanical, moving parts , or other critical parts that might require maintenance are readily accessible for repair or replacement. A demonstration for City of Fort Worth maintanance staff on how to access parts will be required . 1202.14 INSTALLATION. The Retractable Bollard Product item herein described must be supplied, installed and commissioned by suitably qualified contractors for the layout as illustrated in SC 1202-2 the details and specifications of the drawings. Exisiting protective or barrier services must be relocated prior to commencement of installation . Individual unit positions must be mapped for alignment and depth . 1202.15 PROTECTION. Protect products prior to installation by having them remain in the manufacturer's packaging and container. SC 1202-3 ITEM 427 (modified) SURFACE FINISHES FOR CONCRETE 427.1. Description. Finish concrete surface as specified. 427.2. Materials. Furnish materials in accordance with this Article for the type of surface finish specified. A. Coatings. 1. Concrete Paint/Heavy Stain Coating. Provide Sherwin-Williams "Bridge and Highway WB Concrete Paint/Heavy Stain B97-300 Series" or equivalent as approved in writing by Engineer. Provide full- spectrum color chart to Engineer for specific color selection of the two colors noted below as 'tan' and 'gray' below. 2. Anti-Graffiti Clear Coating. Provide Sherwin-Williams "SWD Invisi-shield Anti-Graffiti Clear" two-part protective coating or equivalent as approved in writing by Engineer. 427.3. Equipment. The Engineer may require demonstration of the equipment's capabilities. A. Low-Pressure Water Blasting. Use equipment capable of supplying a minimum pressure at the nozzle end of 3,000 psi at a minimum flow rate of3 gpm. Use a 0° rotary, vibratory, or wobble-type nozzle. Use equipment capable of including abrasives in the water stream when specified on the plans. B. Abrasive Blasting. Use equipment equipped with filters to produce oil-free air and also water-free air when dry air is required. C. Slurry Blasting. Use equipment capable of combining air and abrasives with water to form a wet blast. media capable of cleaning and preparing surface without creating dust. D. Spraying. For spray applications, use equipment with fluid and air pressure regulators and gauges to allow for adjustment to produce a uniform spray pattern. E. Off-the-Form Finish Forms. Use nonstaining, nonporous, high-quality forming materials (e.g., steel or medium-density and high-density overlaid plywood forms). Use steel or high-density overlaid plywood forms when the same form will be used more than twice. F. Form Liners. Provide the following two formliners for use in construction of the cast-in-place and MSE mock- up panels detailed in the Plans: (1) Symons "Fractured Concrete, P/C 3170583", and (2) Symons "Sandblast-Coarse, P/C 30423" or equivalent form liners as approved in writing by Engineer. Use only form liners that provide a clean release from the concrete surface without pulling, breaking, staining, or otherwise damaging the fmish of the textured concrete. Following Engineer's review and acceptance of Contractor's finished mock-up panels, Engineer will select one of the two form liner patterns and finishes for use on the project. The accepted mock-up panel (with applied color stain and anti-graffiti coating) will serve as the basis for Engineer's acceptance or rejection of constructed cast-in-place concrete and MSE wall fmishes. 427.4. Construction. Provide the finish specified on the plans for the specific surface areas. A. Surface Areas of Finish. "Surface area offmish" designates the areas where the specified surface is to be applied. 1. Surface Area I. Surface Area I includes: • all exposed surfaces of railing and coping; • exterior vertical faces of fascia beams, slabs, slab spans, arches, and girders; • the outside bottom surface of fascia beams and girders; • the underside of overhanging slabs to the point of juncture of the supporting beam; • the entire underside of slab spans when shown on the plans; • non-form-lined vertical, underside, and reveal surfaces of bents ; • all surfaces ofwingwalls and culvert headwalls exposed to view after all backfill and embankment is placed. 2. Surface Area II. Surface Area II includes vertical form-lined surfaces of bents, retaining walls , seat walls, stairway walls, and decorative columns. 3. Surface Area III. Surface Area III includes all other ex posed formed concrete surfaces . B. Surface Finishes. Apply the coating or special finish from Table 1 as specified on the plans . Surface Area I II III I. Application of Coatings. Table I Surface Finishes Finish Off-the-Form Form Liner Off-the-Form Coatini?: 'Gray' Concrete Paint/Heavy Stain & Anti-Graffiti Coating 'Tan' Concrete Paint/Heavy Stain & Anti-Graffiti Coating (none) a. Preparation. Before applying a coating, thoroughly clean the surface by chemical cleaning, if required, and by blast cleaning. (I) Chemical Cleaning. Clean surfaces contaminated with oil, grease, or other contaminants by scrubbing the area with an approved detergent or other concrete cleaning material before blast cleaning. Do not use a solvent that will stain the surface or inhibit coating adhesion . Perform the following test to check for surface contamination of oil type materials : • Spray the surface with a fine mist of potable water. • Examine the area to see if water beads up. • If beading is found, clean the surface. (2) Blast Cleaning. Before applying a specified coating, blast-clean the designated surface to remove weak surface material, curing compound, and other contaminants, leaving a lightly etched uniformly textured surface. Use an approved abrasive propelled by oil-free air with or without the addition of potable water, or blast with potable water with or without the addition of an approved abrasive at sufficient pressure to effectively clean and prepare the surface. When water-blasting, maintain the stand-off-distance of the nozzle to a maximum of 12 in. from the surface being cleaned. Do not damage concrete surface by gouging, spalling, or exposing coarse aggregate by the blasting operation. Immediately before application of any coating, blow clean oil-and moisture-free air on all surfaces with sufficient pressure to remove loose particles . Perform the following test to check for surface cleanliness as directed: • Press a 10 in. long strip of 2 in . wide clear packing tape on the surface by rubbing with moderate pressure times. • Grasp the free end of the tape, and remove the tape from the surface with a sharp jerk. • Examine the surface of the tape for clinging particles. Continue cleaning the concrete surface until there are no particles clinging to the tape surface for subsequent tests. An additional test that can be used to check the surface for dust is to wipe the surface with a dark cloth and then examine the cloth for discoloration. b. Application. Mix coating materials thoroughly with a mechanical mixer at a speed that causes the mixture to rotate entirely in the container. Ensure complete mixing by probing the container with a stirring device searching for non-dispersed or settled material. Do not apply coatings before the new concrete aging a minimum of 28 days unless approved otherwise. Do not apply coatings when weather conditions will be detrimental to the final surface finish as determined by the Engineer. Do not apply coatings when surface temperature of the concrete exceeds l 10°F. Apply coatings to obtain a consistent color and texture. (1) Concrete Paint/Heavy Stain Coating. Apply the coating on a dry surface in two (2) full coats and at a rate and manner as specified by manufacturer. Do not thin material unless recommended by manufacturer and approved in writing by Engineer. Apply when ambient temperature is in range specified by manufacturer. (2) Anti-Graffiti Clear Coating. Apply the coating on a dry surface in two (2) full coats and at a rate and manner as specified by manufacturer. Do not thin material unless recommended by manufacturer and approved in writing by Engineer. Apply when ambient temperature is in range specified by manufacturer. Repair surface finish where coating has been applied that exhibits peeling, flaking, or discoloration or that has been damaged during construction. Remove defective or damaged coating. Clean and recoat repair area in accordance with the requirements of this Item. 2. Special Surface Finishes. Submit a work plan to the Engineer for any special finish shown on the plans. Include in the work plan the type of aggregates, materials, variation of panel or pattern arrangement, dimensions, construction methods, and other features affecting the work as is necessary for the "Special Surface Finish" specified. a. Blast Finish. Provide surface profile as shown in the plans, or meet the minimum requirements of Section 427.4 .B. l.a, "Preparation." Construct a 4-ft. by 4-ft. sample panel using the same concrete used in construction of the member to receive the blast finish. Prepare the surface of the sample panel to meet the specified fmish, and obtain approval of the sample fmish. Use the approved sample panel fmish as the standard for surfaces requiring a blast fmish. b. Rub Finish. Provide a fmish to the surface by rubbing the surface with a carborundum stone or other approved material. Begin rubbing the surface immediately after forms have been removed. If rubbing surface is delayed to the point where the surface is dry and unable to be rubbed to produce an acceptable finish, provide blast fmish or other fmish as directed at no additional cost to the Department. Perform the requirements to obtain the ordinary surface finish specified in Section 420.4 .M, "Ordinary Surface Finish," concurrently with rubbing the surface . Where concrete patching is performed, rub these areas after the patch material has thoroughly set and blend the patch in with the surrounding area to produce a surface with uniform color and texture . After form removal, keep the surface continuously wet until the rubbing is complete. Rub the surface sufficiently to bring the wetted concrete surface to a paste producing a smooth dense surface without pits, form marks, or other irregularities . Do not use cement grout to form the paste on the surface. Stripe the surface with a brush to conceal the rubbing pattern and allow the paste to reset. Wash the concrete with potable water after the paste has sufficiently set to leave it with a neat and uniform appearance and texture. If required, apply membrane curing in accordance with Item 420, "Concrete Structures," after rubbing is complete . c. Off-the-Form Finish. Provide a finish with minimal surface defects and uniform color and texture by using non-staining, non-porous, high-quality forming materials. Use the same type of forming materials for like elements for the entire structure. Use mortar-tight forms to prevent leakage and discoloration. If necessary, seal joints with compressible gasket material, caulk, tape or by other suitable means that are not detrimental to the concrete fmish . Use one brand and type of form release agents for all surfaces unless another product produces a similar concrete surface appearance. Do not use barrier-type (wax, fuel oil, carrier oil, etc.) release agents. Use form release agents containing a rust inhibitor on steel forms. Clean rust off steel forms before use. Do not use plywood that will cause discoloration of the concrete surface . Direct special attention to consolidation and vibration of the concrete around the form surfaces to minimize bug holes. Modify concrete placement and vibration techniques if surface contains an excessive amount of bug holes . Remove all forms without interruption once form removal begins to prevent discoloration due to differing form curing times . Do not use membrane curing on surfaces with off-the-form fmish. Repair honeycombed and spall areas with least dimension larger than 2 in. in accordance with the concrete surface repair procedures outlined in Item 420 , "Concrete Structures ," to obtain an ordinary surface fmish as defined in Section 420.4.M, "Ordinary Surface Finish." For honeycombed and spall areas with least dimension greater than 3/4 in. but smaller than 2 in., patch by filling defect with repair material omitting the chipping operation. Do not patch honeycombed and spall areas with least dimension smaller than 3/4 in. Perform required repairs as soon as forms are removed. Match repair material color and texture with surrounding concrete surfaces . Minimize the area of repair by not smearing the repair material over acceptable concrete surfaces in an attempt to blend the repair with the surrounding concrete . Cut out form ties at least 1/2 in. below the surface, and patch accordingly . Perform repair work as soon as possible after removing forms so that concrete and repair material have similar ages . Replace or refurbish the forms when the Engineer determines that defective formwork is causing an excessive amount ofrepair work. d. Form Liner Finish. Provide patterned finish as shown on the plans. Do not splice form liner panels in a way that causes a noticeable transition or line between pieces . Wash and clean form liners after each use when the forms can be re-used. Replace form liners that have become damaged or worn . Construct a sample panel for each form liner finish . Approval is required to verify that the sample panel meets the requirements of the plans and specifications before beginning work. Upon approval , the sample panel becomes the model panel that all other work will be compared against. Deviation in color, grade, or depth from the model panel is grounds for rejection of the form liner fmish. Removal of defective work may be necessary as determined by the Engineer and in accordance with the surface fmish requirements outlined in Item 420 , "Concrete Structures," to obtain an ordinary surface fmish as defmed in Section 420.4.M, "Ordinary Surface Finish." Seal all form liner joints in a manner acceptable to the Engineer to prevent leakage at the surface . 427.5. Measurement. When surface fmishes for concrete is shown on the plans to be a pay item, measurement will be by the square foot of the type of surface finish specified. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2, "Plans Quantity Measurement." Additional measurement or calculations will be made if adjustments of quantities are required . 427.6. Payment. Work performed, materials furnished, equipment, labor, tools , and incidentals associated with "Concrete Paint/Heavy Stain Coating," "Anti-Graffiti Clear Coating," "Blast Finish," "Rub Finish", "Off-the-Form Finish", and "Form Liner Finish" will not be paid for directly, but will be considered subsidiary to other pertinent Items . PAVING LINE ITEM 52 BID-00970 LIGHT-ORNAMENTAL POLE & FIXTURE 1 Notes: 1) Pole designed to meet 2001 AASHTO (except Broadway) for a 90 mph 3 second gust wi nd speed, 50 year design life when supporting : Two luminaires {Epa=2.15 sq . ft. and we ighing 50 pounds each) Two 2' X 4 ' Banners with top banner arm at 14' above ground Twin 9" X 50 " Street signs mounted at 8' above ground 2) Complete pole assembly powder coated black D '-11" to 12" Dia . Bolt Circle FIXTURE DETAILS Materials Cast Aluminum Fixture Electrical 4kv Pulse Rated Socket. The Ballast used shall be of the High Power Factor design . CROOK DETAILS 2" Sch 40 Alloy 6063-T6 Pipe POLE DETAILS Shaft 08 -4 1/2" Tapered Extruded Aluminum Tube .156 Wall Alloy 6063-T6 Approved By-------- 21 ' 1 Y.• Dia . wire Hole With 1" I .D. Rubber Grommet Extruded Alum . Pie Plate Alloy 6063-T6 With~· -13NC Stainless steel Hardware d Y.~SJ ~)o?. a~ ot amerlux, l ighting Solufioos. uc www.DYNAMICLIGHTING .com 5220 SHANK ROAD PEARLAND, TX. 77581 PHONE :(281)997-5400 FAX:(281) 997-5441 TOLL FREE : (BOO) 364-0098 Q#S#P# Date 01-15-2008 RE[.IUEST # 10908 Name : Edwards Ranch & Arborlawn Lights LIGHT DISTRIBUTION 8 TYPE Ill REFRACTOR O SPECIFY TYPE V REFRACTOR D • STANDARD SYMMETRICAL 0 TYPE Ill REFLECTOR -,---~o \ 0 TYPE V REFLECTOR FINISH 15·.a· 8" r 22" Festoon Outlet With Cover (70912) 20 amp, 125 Volt GFCI Receptacle (65364) And Box ( 49018) (4) 1" -BNC Galv. Stl. Anchor Bolts , AASHTO M314-90 Grade 55 , 10" of Threaded End Galv. Per ASTM Al53 (4) 1" -BNC galv. Stl. Hex. Nuts (4) 1" Galv. Stl. Lockwashers (4) 1" galv . Stl. Flatwashers Two Piece Cast Alum . Cover Alloy 319 0 TBK TEXTURED BLACK 0 BLK SMOOTH SATIN BLACK 0 GRN GREEN O SPECIFY o GTG GRANITE GREEN CJ 0WHT WHITE 0ATC ANTIQUE COPPER O STD . Color • CLB CLASSIC BRONZE D 0 CUSTOM COLOR 0120 0208 .240 VOLTAGE 0277 0 MULTITAP 0480 0 SPECIFY D MH: Metal Halide PL ,CF ,Q : Compact HPS: High Pressure Sodium Fluorescent 0SOMH 070MH 0100MH 0150MH 0175MH 0250MH LIGHT SOURCE 050HPS 070HPS 0100HPS 0150HPS .250HPS 0 SPECI D Reinforced handhole (4 " X 6) With O 028 0 INCANDESCENT 0----- Cover And Stainless Steel Hex. Hd . 0 PL 13 Screws O CF O 26 O 32 0 42 Handhole Frame Drilled And tapped 3/8" 1------------------1 For Ground Connection / Base Flange Alloy 356-T6 NOTICE: GENERAL EXTERIOR HARDWARE WILL BE STAINLESS STEEL ELECTRICAL COMPONENTS WILL BE ETL LISTED "SUITABLE FOR WET LOCATIONS" FIXTURE None POLE A022CB OTHER COMPONENTS (2) 443300 Arms DRAWN BY AU NOTES CHECKED BY TG THIS DRAWING IS FOR REFERENCE ONLY. CHECK FOR LATEST REVISION PRIOR TD ORDERING. THIS DRAWING SHOULD ACCOMPANY YOUR ORDER. THANK YOU . Compliance with and Enforcement of Prevailing Wage Laws (a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all requirements of Chapter 2258, Texas Government Code (Chapter 2258), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these contract documents. (b) Penalty for Violation. A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. (c) Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the contractor or subcontractor and any affected worker of its initial determination. Upon the . City's determination that there is good cause to believe the contractor or subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. (d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the contractor or subcontractor and any affected worker do not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above. If the persons required to arbitrate · under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. ( e) Records to be Maintained. The contractor and each subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the contractor in the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of the Audit section of these contract documents shall pertain to this inspection. (f) Pay Estimates. With each partial payment estimate or payroll period, whichever is less, the contractor shall submit an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas Government Code. (g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at all times. (h) Subcontractor Compliance. The contractor shall include in its subcontracts and/or shall otherwise require all of its subcontractors to comply with paragraphs (a) through (g) above. HEAVY & HIGHWAY CONSTRUCTION PREVAILING WAGE RATES 2008 Air Tool Operator Asphalt Distributor Operator Asphalt Paving Machine Ooerator Asphalt Raker Asphalt Shoveler Batching Plant Weigher Broom or Sweeper Operator Bulldozer Operator Carpenter Concrete Finisher, Paving Concrete Finisher, Structures Concrete Paving Curbing Machine Operator Concrete Paving Finishing Machine Operator Concrete Paving Joint Sealer Operator Concrete paving Saw Operator Concrete Paving Spreader Ooerator Concrete Rubber Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator Electrician Flagger Form Builder/Setter, Structures Form Setter, Paving & Curb Foundation Drill Operator, Crawler Mounted Foundation Drill Operator, Truck Mounted Front End Loader Operator Laborer, Common Laborer, Utility Mechanic Milling Machine Operator, Fine Grade Mixer Ooerator Motor Grader Operator, Fine Grade Motor Grader Ooerator, Rough Oiler Painter, Structures Pavement Marking Machine Operator Pipelayer Reinforcing Steel Setter, Paving Reinforcing Steel Setter, Structure Roller Operator, Pneumatic, Self-Propelled Roller Operator, Steel Wheel, Flat Wheel/Tamping Roller Ooerator, Steel Wheel , Plant Mix Pavement Scraper Operator Servicer Slip Form Machine Operator Spreader Box Operator Tractor Operator, Crawler Type Tractor Operator, Pneumatic Traveling Mixer Operator Truck Driver, Lowboy-Float Truck Driver, Single Axle, Heavy Truck Driver, Single Axle, Light Truck Driver, Tandem Axle, Semi-Trailer Truck Driver, Transit-Mix Wagon Drill, Boring Machine, Post Hole Driller Operator Welder Work Zone Barricade Servicer $10.06 $13.99 $12.78 $11.01 $ 8.80 $14 .15 $ 9.88 $13.22 $12.80 $12.85 $13 .27 $12.00 $13 .63 $12.50 $13.56 $14.50 $10.61 $14.12 $18.12 $ 8.43 $11.63 $11.83 $13.67 $16.30 $12.62 $ 9 .18 $10.65 $16.97 $11.83 $11.58 $15.20 $14.50 $14.98 $13.17 $10.04 $11.04 $14 .86 $16.29 $11.07 $10 .92 $11.28 $11.42 $12.32 $12.33 $10.92 $12.60 $12.91 $12.03 $14.93 $11.47 $10.91 $11.75 $12.08 $14.00 $13.57 $10.09 Classification AC Mechanic AC Mechanic Helper Acoustical Ce i ling Mechanic Bricklayer/Stone Mason Bricklayer/Stone Mason Helper Carpenter Carpenter Helper Concrete Finisher Concrete Form Builder Drywall Mechanic Drywall Helper Drywall Taper Drywall Taper Heloer Electrician (Journeyman) Electrician Helper Electronic Technician Electronic Techn ician Helper Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator Insulator Helper Laborer Common Laborer Skilled Lather Painter Painter Heloer Pipefitter Pipefitter Heloer Plasterer Plasterer Helper 2008 PREVAILING WAGE RATES CONSTRUCTION INDUSTRY I H ,,, '""" Classification $21.69 Plumber $12.00 Plumber Heloer $15.24 Reinforcimz Steel Setter $19 .12 Roofer $10.10 Roofer Helper $16.23 Sheet Metal Worker $11. 91 Sheet Metal Worker Helper $13.49 Sprinkler System Installer $13.12 Sprinkler System Installer Helper $14 .62 Steel Worker Structural $10.91 Concrete Pump Crane, ctamsheel, Backhoe, Derrick, D"Line $13 .00 Shovel $9.00 Forklift $20 .20 Front End Loader $14.43 Truck Driver $19.86 Welder $12.00 Welder Heloer $20.00 $13.00 $18.00 $13.00 $14.78 $11.25 $10.27 $13.18 $16 .10 $14 .83 $8.00 $18 .85 $12.83 $17 .25 $12 .25 I Hdy Rate $20.43 $14.90 $10.00 $14.00 $10 .00 $16 .96 $12.31 $18.00 $9 .00 $17 .43 $20.50 $17.76 $12.63 $10 .50 $14.91 $16 .06 $9.75 SECTION 6 -CONTRACTS, BONDS AND INSURANCE 6.1 CERTIFICATE OF INSURANCE 6.2 CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW 6.3 CONFLICT OF INTEREST QUESTIONNAIRE 6.4 PERFORMANCE BOND 6.5 PAYMENT BOND 6.6 MAINTENANCE BOND 6.7 CITY OF FORT WORTH CONTRACT ...... = • .. , CERTIFICATE OF INSURANCE TO: CITY OF FORT WORTH Date~ NAME OF PROJECT: Bridge Crossing the Clear Fork of the Trinity River in the Vicinity of South Hulen Street and Stonegate Boulevard PROJECT NUMBER : C221-541200-30230010783/C295-541200-303230010783 IS TO CERTIFY THAT: Concho Construction Company. Inc. is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for the type of insurance and accordance with provisions of the standard policies used by this Company, and further here inafter described . Exceptions to standard policy noted on reverse side hereof. TYPE OF INSURANCE Policy Effective Expires Limits of Liabilitv Worker's Compensation Comprehensive General Bodily Injury: Liability Insurance (Public Ea. Occurrence : $ Liability) Property Damage : Ea. Occurrence: $ Blasting Ea. Occurrence: $ Collapse of Bu ilding or structures adjacent to Ea. Occurrence: $ --- excavations Damage to Underground Utilities Ea. Occurrence: $ Builder 's Risk Comprehensive Bodily Injury: Automobile Liability Ea . Person: $ Ea. Occurrence : $ Property Damage : Ea . Occurrence : $ Bodily Injury: Contractual Li a bility Ea. Occurrence : $ Property Damage: Ea. Occurrence : $ Other Locations covered:----------------------------------- Description of operations covered :----------------------------- The above polic ies either in the body thereof or by appropriate endorsement provided that they may not be changed or canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or cancellation. Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement thereto attached. The C ity , its officers , employees and servants shall be endorsed as an additional insured on Contractor 's insurance policies excepting emplo yer's liability insurance coverage under Contractor 's workers' compensation insurance policy . A gency Insurance Company : ___________ _ Fort Worth Agent Address ________________ _ Title ________________ _ CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Engineering No .5950 and City of Fort Worth Project No . C221- 541200-30230010783/C295-541200-303230010783. STATE OF TEXAS COUNTY OF TARRANT § § § CONTRACTOR Concho Construction Company, Inc. By:~~ Name: E~ h+) J Y. Title: Prc:-:s; de.""'r Date: 7/ I 3/t o / I Before me , the undersigned . authority, on this day personally appeared ,f'_JJ /Vl/J£161/T, JR., known to me to be the person whose name is subscribed to the foregoing instrum e nt, and acknowledged to me that he executed the same as the act and deed of Concho Construction Company, Inc. for the purposes and consideration therein expressed and in the capacity therein stated . Given Under My Hand and Seal of Office this J;}_ day of ::Ju'-Y t 20 /0 Bond #46DCSFS7904 PERFORMANCE BOND THE ST ATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we (1) Concho Construction C'ompany, Inc. as Principal herein, and (2) Hartford Fire Insurance Company, a corporation organiz.ed under the laws of the State of (3) Connecticut. and who is authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of: Nine Million Seven Hundred Eleven Thousand Nine Hundred Ten and 92/100 ................................... . ($9,711,910.92) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has entered into a certain contract with the Obligee dated the 13thof July, 2010 a copy of which is attached hereto and made a part hereof, for the construction of: Bridge Crossing the Clear Fork of the Trinity River in the Vicinity of South Hulen Street and Stonegate Boulevard NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and bold harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then this obligation shall be void; otherwise, to remain in full force and effect. i �- � E � f � � �_ � � � r � � t t .� � 1 � ' PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such . statute, to the same extent as if it were copied at length herein. IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 13thof July, 2010. ATIEST: (Principal) Secretary (SEAL) Witnesto Principal CONCHO CON STRUCTION CO., INC. 196 ~?~RNATIONAL RD. ATTEST: GARLAND, TX 75042-6532 (Surety) Secretary ........ (SEAL) ...,,. :::. Concho Construction Company, Inc. PRINC~ BY :--='-----C-,!,C....------Fl'---------- Title:~ 196 S. International Rd. Garland, TX 75042 10300 N Central Expy. #580 Dallas, TX 75231-8630 (Address) NOTE: Date of Bond must not be prior to date of Contract (1) (2) (3) Correct Name of Contractor Correct name of Surety State of incorporation of Surety Telephone number of surety must be stated. In addition , an original copy of Power of Attorney shall be attached to Bond by Attorney-in-Fact. The date of bond shall not be prior to date of Contract. 1\\ll!t11,,,, '\ ' I ,,, '•, '•,( f •• •• ' ' ., . \ ' \ I I ' ' '' \ THE STATE OF TEXAS COUNTY OF TARRANT § § § Bond #46BCSFS7904 PAYMENT BOND KNOW ALL BY THESE PRESENTS: That we, (1) Concho Construction Company, Inc., as Principal herein , and (2) Hartford Fire Insurance Company, a corporation organized and existing under the laws of the State of (3) Connecticut, as surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the amount of Nine Million Seven Hundred Eleven Thousand Nine Hundred Ten and 92/100 .................................... Dollars ($9,711,910.92) for the payment whereof, the said Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 13th day of July, 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent as if copied at length, for the following project: Bridge Crossing the Clear Fork of the Trinity River in the Vicinity of South Hulen Street and Stonegate Boulevard NOW, THEREFORE, THE CONDITION OF THiS OBLIGATION IS SUCH, that if the said Principal shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as amended) supplying labor or materials in the prosecution ofthe _work under the contract, then this obligation shall be void; otherwise, to remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute, to the same extent as if it were copied at length herein. lN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have executed this instrument. SIGNED and SEALED this 13th day of, July, 2010. r � r t � � i � r � � r r � � r � � �� ,, ATIEST: (Principal) Seqetary (SEAL)z:-#~ W i mess ~~ ... /,. AITEST: Secretary NOTE: (1) (2) (3) Correct name of Principal (Contractor). Correct name of Surety. State of incorporation of Surety Concho Construction Company, Inc. PRINCIPAL By:~ Name~1 uit . Address: 196 S. International Rd. Garland, TX 75042 Name: W. Lawrence Brown Attorney in Fact Address: 10300 N Central Expy. #580 Dallas, TX 75231-8630 Telephone Number: 214/360-9203 Telephone number of surety must be stated. In addition, an original copy of Power of Attorney shall be attached to Bond by the Attorney-in-Fact. The date of bond shall not be prior to date of Contract. .. . ' . ' .. ,· •' :: / / ·-- /._ -:: . ~ ,.. . ,, ... . ...... .... THE STATE OF TEXAS COUNTY O F T ARRANT MAINTENANCE BOND § § Bond #46BCSFS7904 That Concho Construction Company, Inc. ("Contractor"), as principal , and Hartford Fire Insurance Company, a corporat ion organized under the laws of the State of Connecticut, ("Surety"), do hereby acknowledge themselves _to be held and bound to pay unto the City of Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrant County , Texas, the sum of Nine Million Seven Hundred Eleven Thousand Nine Hundred Ten and 92/100 .................................................................................................................................. . Dollars ($9,711,910.92), lawful money of the United States, for payment of which sum well and truly be made unto said City and its successors , said Contractor and Surety do hereby bind themselves, their heirs, executors , administrators, assigns and successors, jointly and severally. This obligation is conditioned, however, that: WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort Worth, dated the 13th of July, 2010, a copy of which is hereto attached and made a part hereof, for the performance of the following described public improvements: Bridge Crossing the Clear Fork of the Trinity River in the Vicinity of South Hulen Street and Stonegate Boulevard the same being referred to herein and in said contract as the Work and being designated as project number(s) C221-541200-30230010783/C295-541200-303230010783 and said contract , including all of the specifications, conditioas, addenda, change orders and written instruments referred to therein as Contract Documents being incorporated herein and being made a part hereof; and, WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct the work that it will remain in good repair and condition for and during a period of after the date of the final acceptance of the work by the City ; and WHEREAS, said Contractor binds itself to maintain said work in good repair and condition for said term of Two (2) years; and WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at any time within said period , if in the opinion of the Director of the City of Fort Worth Department of Engineering , it be necessary ; and, --- WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or reconstruct said Work as herein provided. NOW THEREFORE , if said Contractor shall keep and perform its said agreement to mainta in, repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these presents shall be null and void, and have no force or effect. Otherwise, this Bond shall be and remain in full force and effect, and the City shall have and recover from Contractor and Surety damages in the premises as prescribed by said Contract. This obligation shall be a continuing one and successive recoveries may be had hereon ', for successive breaches until the full amount hereof is exhausted . IN WITNESS WHEREOF, this instrument is executed in?.. counterparts, each of which shall be deemed an original, this 13th day of July , A.D.2010. -ATTEST: (SE AL) r Secreta~g WITNESS : (SEAL) -:::: -----,. , ..::::---~ --,,-..... , -/ -------~"' .. Concho Construction Company, Inc. Contractor By :~ Name ~.Ja. Title : i7~10S\l'° Hartford Fire Insurance Company Su ?J J B ~~ ~ Name: W. Lawrence 7erown Title : Attorney-in-Fact 10300 N Central Expy. #580 Dallas, TX 75231-8630 Address ,,111111111,,,,, '· \ ( ., ... r- t \l\1111f,,,,,, \ \ I l /J •: .. , HAK I l'"UKU l'"lt<t: IN:SUKAN\.,t: \.,UMPANY Hartford, Connecticut POWER OF ATTORNEY Know all men by lheH PrHents, That HARTFORD FIRE INSURANCE COMPANY, I corpo,atlon duly o,ganlzad under the laws of the State of Connecticut, and having il! principal olflce in the City of Hartford, County of Hartford, State of Connec:tlcut, does hereby make, conalltute and appoint W. UWRENCE BROWN of DALLAS, TEXAS its true and lawful Allomey(s}-in-Fact, with full power and authority to each of said Allomey(s}-in-Fact, In their separate capacity if more than one is named above, to sign, execute an, acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in-ita business of guaranteeing the fldellty of person holding places of public or private trust; guaranteeing the performance of contracts other than Insurance pollcles; guaranteeing the performance of Insurance contracts where suret bonds are accepted by states and munlcipalllles, and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, and 1, bind HARTFORD FIRE INSURANCE COMPANY thereby as lully and to the same extent as if such bonds and undertakings and other writings obligatory In the nature thereof weri signed by an Executive OfflC8r of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its sai, Attorney(s}-in-Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of the By-Laws of HARTFORD FIRE INSURANCE COMPANY, rthe Company") as amended by the Board of Directors at , meeting duly called and held on July 9 , 1997, as follows: · ARTICLE IV SECTION 7 . The President or any Vice President or Assistant Vice-President. acting with any Secretary or Assistant Secretary shall have power and authority lo sign and execute and attach the seal of the Company lo bonds and undertakings, recongnizances, contracts of indemnity and other writings obligatory in the nature thereof, and such instrumenti so signed and executed, with or without the common seal, shall be valid and binding upon the Company. SECTION 8. The President or any Vice-President or any Assistant Vice President acting with any Secretary or Assistant Secretary, shall have power and authority to appoint for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, one or more resident Vice Presidents, resident Assistan Secretaries and Attomeys..in-Fact and at any lime to remove any such resident Vice-President. resident Assistant Secretary, or Attorney-In-Fact, and revoke the power and aulhori~ given to him. · Resolved, that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, arn any such power of attorney or certificate ~ring such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and cerlifie< . by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. In Witness Whereof, HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice-President, and its corporate seal to b< hereto affixed, duly attested by its Sectetary, this 14th day of May, 1999. HARTFORD FIRE INSURANCE COMPANY Paul A. Bergenholtz, Assistant Secretary Robert L Post. Assistant Vice President STATE OF CONNECTICUT} ss. COUNlY OF HARTFORD Hartford On this 14th day of May, A.O . 1999, before me personally came Robert L. Post, to me known, who being by me duly sworn, did depose and say: that he resides in the County c Hartford, State of Connecticut; that he is the Assistant Vlce-President of HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the abov, instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors c said corporation and that he signed his name thereto by like order. 0-/~~ /--Notary Public CERTIFICATE My Commission Expires June 30, 2004 I, the undersigned. Secretary of HARTFORD FIRE INSURANCE COMPANY , a Connecticut Corporation. DO HEREBY CERTIFY that the foregoing and attached POWER OF AITORNEY remains in full force and has not been revoked ; and furthermore , that Article IV , Sections 7 and 8 of the By-Laws of HARTFORD FIRE INSURANCE COMPANY , set forth in the Power of Attorney, are now in force . Signed and sealed at the City of Hartford. Dated the dayof J v...1...1 20 l u Richard L. Marshall , Jr., Assistant Secretary J . Dennis Lane, Assistant Vice President Form S-3507-9 (Hf) Printed in lJ SA . .. : - Inquiries Regarding Claims Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty lnaurancc Company Hartford Accident and Indemnity Company Hartford Undeiwriten lmurancc Company Hartforc:l lnaurancc Company of Dlinoil Hartford imuraDce Company of tho Midwest Hartforc:l lmurance Company of tbo Southeast . ~~ Please address inquiries regarding Claims for all surety and fidelity products issued by The Harttord's underwriting companies to the following: Phone Number Pax-Claims E-mail Mailing Address 888-266-3488 860-7S7-S83S or 860-S47-826S . claims@tatepiunly.com --:- The Hartford The Hartford Fidelity & Bonding (BOND) Hartford Plua · 690 Asylum Avenue Hartford, CT 061 lS -. ... .,. ~ ...... :f THE STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH. TEXAS CONTRACT KNOW ALL BY THESE PRESENTS rJuL 132010 This Contract made and entered into this the _ day of __ A.O., 20!!!, by and between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County, Denton, Parker, and Wise Counties, Texas, by an through its duly authorized Assistant City Manager, ("Owner"), and Concho Construction Company, Inc .. ("Contractor"). Owner and Contractor may be referred to herein individually as a "Party" or collectively as the "Parties." WITNESS ETH: That said parties have agreed as follows: I. That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith. the said Contractor hereby agrees with the said Owner to commence and complete the construction of certain improvements described as follows: Bridge Crossing the Clear Fork of the Trinity River in the Vicinity of South Hulen Street and Stonegate Boulevard 2. That the work herein contemplated shall consist of furnishing as an independent ·contractor all labor, tools, appliances and materials necessary for the construction and completion of said project in accordance with the Plans and Specifications and Contract Documents prepared by the Department of Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by the City Council of the City of Fort Worth. which Plans and Specifications and Contract Documents are hereto attached and made a part of this contract the same as if written herein. 3. The Contractor hereby agrees and binds himself to commence the construction of said work within ten ( 10) days after being notified in writing to do so by the Department of Engineering of the City of Fort Worth. 4. The Contractor hereby agrees to prosecute said work with reasonable diligence after the commencement thereof and to fully complete and finish the same ready for the inspection and approval of the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth within a period of 500 calendar days. If the Contractor should fail to complete the work as set forth in the Plan Documents within the time so stipulated, plus any additional time allo I FT. WORTH, TX eneral Conditions, there shall be deducted from any monies due or which may thereafter become due him, the sum of $840 Per working day, not as a penalty but as liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. 5. Should the Contractor fail to begin the work herein provided for within the time herein fixed or to carry on and complete the same according to the true meaning of the intent and terms of said Plans, Specifications and Contract Documents, then the Owner shall have the right to either demand the surety to take over the work and complete same in accordance with the Contract Documents or to take charge of and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and specifying an itemized statement of the total cost thereof, said excess cost. 6 Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and against any and all claims or suits for property loss, property damage, personal injury, including death, arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniurv, damage or death is caused, in whole or in part, by the negligence or alleged negligence of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and employees and any damage, loss or destruction to property of the Owner arising from the performance of any of the terms and conditions of this Contract, whether or not any such iniurv or damage is caused in whole or in part by the negligence or alleged negligence of Owner, its officers, servants or employees .. In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior to final payment, final payment shall not be made until Contractor either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred to the insurance carrier. The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public work from a Contractor against whom a claim for damages is outstanding as a result of work performed under a City Contract. 7. The Contractor agrees, upon the execution of this Contract, and before beginning work, to make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. A . If the total contract price is $25,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar d ys rom t e a e e w k has been completed and accepted by the Owner. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount of the Contract, solely for the protection of all claimants supplying labor and material in the prosecution of the work. C. If the Contract amount is in excess of $100,000, a Perfonnance Bond shall be executed, in the amount of the Contract conditioned on the faithful perfonnance of the work in accordance with the Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner. D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to insure the prompt, full and faithful perfonnance of the general guarantee contained in the Contract Documents. 8. Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a, shall be Nine Million Seven Hundred Eleven Thousand Nine Hundred Ten and 92/100 ................................................................................................................... Dollars, ($9,711,910.92). 9. It is further agreed that the perfonnance of this Contract, either in whole or in part, shall not be sublet or assigned to anyone else by said Contractor without the written consent of the Director of the Department of Engineering. 10. The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto and made a part hereof the same as if it were copied verbatim herein. 11. It is mutually agreed and understood that this agreement is made and entered into by the parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of the State of Texas with references to and governing all matters affecting this Contract, and the Contractor agrees to fully comply with all the provisions of the same. IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in Z counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its duly authorized officers in Z counterparts with its corporate seal attached. 'JUL 1 3 2010 Done in Fort Worth, Texas, this the_ day of ___,_A.O., 2010. OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX APPROVAL RECOMMENDED: ,4_.l,~ Willi::.v:::;; Director, Transportation and Public Works Department ATTEST: Concho Construction Company, Inc. 196 S. International Rd. Garland, TX 75042 CONTRACTOR TITLE CO NCHO CONSTRU CTION CO ., INC. 196 S. IN TERNATIONAL RD . GAR LAND , TX 75042-6532 ADDRESS November 1960 Revised May 1986 Revised September 1992 CITY OF FORT WORTH • FERNANDO COST A, ASST CITY MANAGER Contract Authori zatioa :Z-\o-ID Date APPROVED AS TO FORM AND LEGALITY: ASST.C~ OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX - SECTION 7 -PERMITS 7.1 Texas Historical Commission 7.2 The United States Army Corps of Engineers 7.3 CDC Permit JUL 3 0 2009 I Blanton @ Associates, Inc. ENVIRONMENTAL CONSULTING• PLANNING• PROJECT MANAGEMENT June JO . 2009 Mr. Mark Denton Archeology Division Texas Historical Commission 108 W. 161h Street Austin. Texas 78711-2276 R ECEIVEQ JUL O 1 2009 TEXAS HISTORICAL COMMISSION Re: Advance Project Review for the City of Fort Worth's Proposed Clearfork Main Street Bridge, Tarrant County, Texas Dear Mr. Denton: On behalf of the City of Fort Worth (City). this letter serves as notification to the Texas Historical Commission of the City's proposed construction of a new vehicle/pedestrian bridge and approach roadways over the Clear Fork ofthe Trinity River (CFTR) in Tarrant County, Texas . The proposed bridge would connect the Hulen Street/Stonegate Boulevard intersection, located east of the CFTR. to Clearfork Main Street west of the CFTR. Clearfork Main Street is a proposed roadway through the planned Edwards Ranch de velopment. which is expected to be developed in the near future. The location of the proposed project is shown on a county road map on Figure l (attached). A p lan view of the project area is shown on the Benbrook. Texas, 7.5-minute i 1.s, Geological Survey topographic quadrangle on Figure 2 (attached) and on aerial photography on Figure 3 (attached). The proposed vehicle bridge would be 80 feet wide and would consist of two 30-foot wide bridges separated by 20 feet . Each bridge structure would have two 12-foot Janes, one-foot inside shoulders. and three-foot outside shoulders. The proposed approach roadways would consist of four 12-foot lanes, a 23- foot median , and 10-foot sidewalks. The typical right-of-way width is 120 .6 7 feet. The proposed project also includes the construction of a pedestrian bridge that will be suspended below the vehicle bridge in order to connect existing pedestrian trails on either side of the CFTR . The proposed project is part of the City's Master Thoroughfare Plan and Trinity River Vision Master Plan. As can be seen in Figure 3. the western half of the project area consists of undeveloped rangeland covered by woodland and pasture, while the eastern half has been modified by river channelization , levee con struction. and urban development . In the 1960s. the CFTR was straightened to improve flow and reduce flooding. and a flood -control levee was constructed on the east side of the river. The existing river channel is approximately 25 feet deep from the top of the banks to the bottom of the river. A paved pedestrian trail and gravel access road are present along the west bank of the ri ver, and a gravel access road is present on the levee on the east side. The pedestrian trail, which is part of the City's Trinity Trails system. and both f:.rravel access roads are heavily traveled by pedestrians and cyclists . Representative photographs of the project area are attached. 5 LAKEWAY CENTR~ COURT, SUITE 2 0 0 • AUST i N, TEXAS 7 8 7 3 4 PHONE 512 .264 .1095 • FAX 512 .264 .153 l Mr. Mark Denton AJwmce Project R~,..-iew, Ci(r <!f Fort Worth '.I-Proposed Clearjiirk Afai11 Street Bridge. Tarrant Coun(r. Texas June 30, 2009 Page] The proposed project would affect a total of 5.6 acres. of which 3 .2 acres would occur within the undeveloped rangeland in the western half of the project area. Should you have any questions , please call me or Jason Schindler at (512) 264-1095. Sincerely. 1 on Young Blanton & Associates. Inc. cc: Leon Wilson Jr., P.E .. City of Fort Worth John Dewar, P.E., Freese and Nichols, Inc. DEPARTMENT OF THE ARMY FORT WORTH DISTRICT, CORPS OF ENGINEERS P. 0. BOX 17300 REPLY TO ATTENTION OF Operations Division Mr. Wesley Cleveland Western Division Manager Tarrant Regional Water District l 022 North Calhoun Fort Worth, Texas 76106-0508 Dear Mr. Cleveland: FORT WORTH, TEXAS 78102..()300 'JAN !2 2010 This is in response to a proposal requested by Mr. Dean Kuhn of your office regarding the proposed construction of a new vehicular/pedestrian bridge over a portion of the Fort Worth Floodway. The location of the proposed project is upstream of Hulen Street, spanning the Clear Fork of the Trinity River and effectively extending Stonegate Boulevard from Hulen Street,, across the Clear Fork of the Trinity River in southwest Fort Worth, Tarrant County, Texas. This project has been assigned Project Number SWF-2008-00342. Please include this number in all future correspondence concerning this project. Failure to reference the project number may result in a delay. The proposed work is acceptable and is hereby authorized. I have determined that this proposed work will not adversely affect the functionality or the operation and maintenance of the Fort Worth Floodway, As a condition of my approval, I request that your office keep my staff informed as the construction of this project progresses. I am particularly concerned with the placement of the fill material on the levee and the approaches for the pedestrian bridge and also for the backfill around the pier caps for the bridge piers. A member of my staff will be visiting the site during this period of construction. My staff reviewed the plans for the proposed work in accordance with the provisions of 33 Code of Federal Regulations (CFR), Section 208.10, pertaining to work in Federally constructed local flood protection projects, and Pamphlet No. 1150-2-1, Criteria for Construction Within the Limits of Existing Federal Flood Protection Projects. I have determined that this proposed project will comply with the provisions of33 CFR and the guidelines in Pamphlet No. 1150-2-1. We have also reviewed this project in accordance with Section 404 of the Clean Water Act and Section 10 of the Rivers and Harbors Act of 1899. Under Section 404, the U .S. Army Corps of Engineers (Corps) regulates the discharge of dredged and fill material into waters of the United States, including wetlands. Our responsibility under Section 10 is to regulate any work in, or affecting, navigable waters of the United States. -2- Based on the information provided, it appears the project will qualify for Nationwide Permit (NWP) 14 for Linear Transportation Projects. Please review the enclosed NWP concerning your proposed placement of dredged or fill material into waters of the United States. Provided you comply with all the terms and conditions therein, the project may proceed. If you cannot comply with the conditions of the NWP, please reply. This NWP is scheduled to expire on March 18, 2012. It is incumbent on you to remain informed of changes to the NWP. The Corps will issue a public notice announcing the changes as they occur. Furthermore, if you commence, or are under contact to commence, the activity before the date the NWP is modified or revoked, you will have twelve (12) months from the date of the modification or revocation to complete the activity under the present terms and conditions ofthisNWP. Thank you for your interest in our nation's water resources and, in this case, an important ' flood control asset, the Fort Worth Floodway. If you have any questions about the provisions in Section 208.10 or the guidelines in Pamphlet No. 1150-2-1, please contact Mr. Steve Dempsey, Civil Engineer, at the address above or by telephone at (817) 886-1607. If you have any questions concerning our regulatory program, please refer to our website at http://www.swf.usace.army.mil/regulatoxy or contact Mr. Scott Kelly at the address above ~r by telephone at (817) 886-1662. Sincerely, Enclosure DEPARTMENT OF THE ARMY FORT WORTH DISTRICT, CORPS OF ENGINEERS P. 0 . BOX 17300 FORT WORTH, TEXAS 76102-0300 REPL Y T O ATTENTIO N O F : February 9, 2010 Engineering and Construction Division Mr. Clair Davis, P.E ., CFM Floodplain Administrator City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102-6311 Dear Mr. Davis: In response to your letter of 7 December 2009 , the U.S. Army Corps of Engineers Fort Worth District has completed the Technical Review of CDC application for the Clear Fork Main Street Bridge FWl 10209-01. The results of the review indicate that the project meets the hydrologic and hydraulic criteria as stated in the CDC Manual 4th Edition. Please contact Michael Danella at 817-886-1690 if you have questions about the Technical Review or require additional information. Copy furnished: Kelly Dillard, P .E., CFM Freese and Nichols, Inc. 4055 International Plaza Suite 200 Fort Worth, Texas 76109 Audra V alamides, P .E. Public Works Coordinator North Central Texas Council of Governments P .O. Box 5888 Arlington, Texas 76005-5888 Jennifer Walker, PER-R Sincerely, Michael T . Smith, P .E. Chief, Engineering and Construction Division - - - SECTION 8 -EASEMENTS 8.1 EDWARDS GEREN LIMITED -Permanent Pedestrian Access Easement 8.2 EDWARDS GEREN LIMITED -Permanent Pedestrian Access Easement 8.3 KINDERPLATZ OF FINE ARTS, INC -Permanent Drainage Easement 8.4 TRWD -Permanent Bridge Easement 8.5 ALLEN P. SCHUSTER -Temporary Construction Easement 8.6 FRETUS INVESTORS -Temporary Construction Easement NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT .IS FILED )TOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CLEARFORK MAIN STREET CITY PROJECT NO. 00107 TPW NO. C221 Bryant Irvin Rd, Fort Worth S.C. INMAN SURVEY, ABSTRACT No. 824 STATE OF TEXAS § §' COUNTYOFTARRANT § PERMANENT PEDESTRIAN ACCESS EASEMENT DATE: NOVEMBER 2, 2009 GRANTOR: EDWARDS GEREN LIMITED GRANTOR'S MAILING ADDRESS: P.O. BOX 163409 GRANTEE: FORT WORTH, TARRANT COUNTY, TEXAS 76161~3409 CITY OF FORT W08TH GRANTEE'S MAlLING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, T AARANT COUNTY, TEXAS 76102 . CONSIDERATlON:T~n Dollars ($10.00) and other good and vah1,able consideration, the receipt and sufficiency of Which is hereby acknqwledged. PROPERTY: Being a permanent pedestrian access easement situated in the S. C. Inman Survey, Abstract No. 824, City of Fort Worth, Tarrant County, Texas , said perman ent pedestrian access easement being a portion of a tract of land deeded by Colleen Edwards Ge ren, Cass O. Edwards, II, Crawford Hearne Edwards, Matil da Lucia Edwards Rogers, Mary Martha Edwards Richter, and Jen nie Beth Edwards , and Crawford 0. Edwards Trust to Edwards Geren limited by General Warranty Deed dated August 29, 1997 as recorded in County Clerk 's File No. D197175014 of the Deed Records· of Tarrant County, Texas, and being more particularly described in Exhibits "A" and "B". Perma nent Pedestrian Access Easement Rev . 06/2008 · 1 GRA.NTOR, for the CONSIDERATION paid to GRANTOR, hereby GRANTS, SELLS, A.t'ID CONVEYS to GRANTEE, its successors and assi gns, a.ti exclusive, perpetual easement for 'the construction, operation, maintenance,., repl acement, and public use for pedestrian and non- motorized vehicles ("P edestrian Access") upon, under and across that portion of the PROPERTY more fully described in Exhibit "N' attached hereto and incorporated herein tor all pertinent purp oses, such access to be used for public access; together with th e right and privilege of GRANTEE to at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing; operating; maintaining, replacing, upgrading) and repairing the Pedestrian Access for use by the public . TO HA VE AND TO HOLD the above~described easement; together with all and singular the rights and appurtenances thereto in anywise b elonging unto GR.ANTEE, and GRANTEE 's successors and assigns forever; and GRANTOR does here by bind it self and its suc9essor and assigns to WARRANT AND FOREVER DEFEND all and singular the easement unto GRANTEE, its successor and assigns ; against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Pedestrian Access Easement Rev . os126oa . . 2 GRANTOR: Edwards Geren Limited By : ____________ _ By: ___________ _ GRANTEE: City of Fort Worth Fernando . Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME , the undersigned authority, a Notary Public in and for the State of Texas , on this day persona ll y appeared , known to me to be the same pel"$on whose name is subscribed to the forego ing instrument, anq acknowledged to me that the same was the act of and that he/she executed the same, as the act of said for the purposes and consideration therein expressed and in the capacity thereiri stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this-------day of _________ ____, Permanent Pl!llestrian Access Easement Rev. 06/2()08 20 __ . Notary Public in and for t he State of Texas 3 ACKNOWLEDGEMENT STATE OF TEXAS § COU NTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for t he State of Texas, on th is day pe rsonally appeared , known to rne to be t he same person whose name is subscribed to th e foregoing instrument, and acknowledged to me that the same Wal? the act of and that he/she executed the same as the act of saic;I fo r the purposes and consideration the re in expressed and in the capacity therein stated . GIVEN UNDER MY HAND ANO SEAL OF OFFICE th is _______ day of Notary Publ ic in and for t he State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on th is day personally appeared Fernando Costa , known to me to be the per.s on and officer whose name is subscribed to the foregoing instrument, and ack nowled ged to me that he executed the same as the act and deed of the City of Fort Worth, a rnun ic ipai corporation of Tarrant County, Texas; for the purpose and consideration therein expressed and in the capacity therein stated . GIVEN UNDER MY HAND AND SEAL OF OFFICE this-------day of -----------· 20 __ . Permanent Pe.destrian Acces$ Easeme nt Rev . 06 /2008 Notary Public in and fo r the State of Texas 4 CLEARFORKMAIN. STREET PROJECT NO. 00107 TPWNO.C221 PERMANENT PEDESTRIAN ACCESS EASEMENT CITY OF FORT WORTH S. C. im,iAN SURVEY, ABSTRACT NO. 824 Being a pehnanen t pedestrian access easement sitµated in the S. C . Inman Survey, Abstract No. 824, City of Fort Worth, Tarrant County, Te;,tas, said permanent pedestrian access easement being a portion of a tract of land deeded by Colleen Edward s G eren, Cass 0. Edwards, II, Crawford H earne Edward s,. Matilda Lucia Edwards Rogers, Mary M artha Edwards Richter, and Jennie Beth Edwards, and Crawfor d 0 . Edwards Trust to Edwards Geren Limited by Gertetal Warranty Deed dated August 291 1997 as recorded in County Clerk's File No. D1971 7 5014 of the Peed Records of Tarrant County, Texas;. said penuanent ped.estrian access easement being more particularly described b y metes and bounds as follows: BE GINNING at a point for the fotersection of the southerly right .. of-way line of Cl earfork Main Street (a variable width right-of-way) as recorded in County Clerk's File No. D209197959 of said Deed R ecords of Tarrant County, Texas, with the northwesterly line of The Trinity River deeded to Tarrant County Water Control & Im p rovement District Numb er One a s :t,'ecot ded in Volume 4559, P age I of said Deed R ecords of Tarrant County, Texas,. said point b~ing the beginning of a curve to the l eft having a radi us of 52033 feet, a central angle of 13 de grees 25 minutes 14 seconds and w hose chord be~ North .66 degrees 07 minutes 12 seconds West, a chord distance of 121.60 feet, from which a 5/8 inch iron rod bound for corner in th e northwest line of said Trinity River bears South 29 degrees 56 minutes 56 seconds West, a distance of 1160.82 feet ; THENCE with said curve to the left and with the northerly right-of-way line of said Clearfork M ai n Street, an arc length of 121.88 feet to a point for corner; THENCE North 63 degrees 38 tninu:tes 58 seconds East, a distance of 217.93 feet to a point for corner in tlle northwest l ine o f sai d Trinit y Riv er, from which a fence corner post found for the most southerl y corner of a tract of land deeded to Texas Pacific Railroad Company as recorded in Volume 963 , Page 273 of said Deed Records of Tarrant County, Texas b ears North 29 degrees 56 minutes 56 seconds East, a distance of92.92 feet; THENCE South 29 degrees 56 minutes 56 seconds West, with the northwest line of said Trinity River, a distance of 168.45 feet to the POINT OF .BEGINNING, and containing 9,896 square feet or 0.227 acres of land, more or less. CLEARFORK MAIN STREET PROJECT NO. 00107 TPWNO.C22l PERI\IIANENT PEDESTRIAN ACCESS EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 Notes: (1) (2) A plat of even survey date herewith accompanies this legal description . All bearings are referenc~d to the project control for State Highway 121. All bearings and distances are surface. DATE: November 2 , 2009 100 I EXHIBIT ;'B" S. C. INMAN SURVEY ABSTRACT NO. 824 TEXAS & P.t.ClflC RM.ROAD COMPANY \IOUJME 963, PAGE 273 D.R.T.C.T. FENCE CORNER POST PERMANENT PEDESTRIAN • • t"" EDWARDS G~REN LIMITED ACCESS EASEMENT • rvo/ro,,., CURVE TABLE ='~:.~:gJ~750H 9,896 SQ. Ff~:~ 227~;.V : ~· ---·· -.. ~;~~~~~/ ~LEAR~~~~!~ .. ~TREET ;i,~:-~: .. :.;.::::;:;ii:i::;.:.-.:a (,?P.O.B. CUR\IE I RADIUS I oaTA I CHORD BEARING I CHORD I ARC C-1 I 520.33 I 13"25'1+• I N 66'07'12"W I 121.60 1121.88 C.C.F, No. 0209197959 . D.R.T.C. T. ~-·-- / ~. .i], TARRANT COUN'TY WATER COtlTROL & IMPROVEMENT DISTR1CT NUMBER ONE VOLUME 4559, PAGE 1 D.R.T.C.T • ··~·-1~·· .... ~· n.. EDWARDS GEREN LIMITED ,Y ~ ~4; 50 0 , i 1 SCALE IN FEET C.C.F.No . 0197175014 D.R .T.C.T. 100 I l ~ ~'v ~ I ~ NOTES: (1) A LEGAL DESCRIPTION Of EVEN SURVEY OATE HEREWITH ACCOMPANIES THIS PLAT, (2) BEARINGS .ARE REFERENCED TO THE PROJECT CONTROL FOR STATE HIGHWAY 121 . BEAR ING S ANO DISTANCES SHOWN ARE SURFACE. City or Fort Worth 1000 THROCKMORTON STREET • FORT WORTH; TEXAS 76102 CLEARFORK MAIN STREET PERMANENT PEDESTRIAN ACCESS EASEMENT PROJECT NO. 00107 TPW NO. C221 OWNER; EDWARDS GEREN UMITED SURVEY: S. C. INMAN SURVEY, ABSTRACT NO. 824 LOCATION: CfTY OF FORT WORTH TARRANT COUNlY, TEXAS ..,.,_P.::.ED:::.;E::;:ST:..:.R:..,,;l"-'AN'-'--'-A""C;..;:;C.:.ES=S~EAS""'. =t=M;;;,;;E;.;..NT~AR"'"':"EA:""'·~9=8 __ 96.c...-S;.;;Q=.FT-"-'-. """O""-R'--,;;;,0.=2=2.;..7,_;,A.;,;;C;.;.,;R=ES=------c-iRICHARD KENNEDY JOB NO. 0903-3550 ORAW°N BY: O.P. CADD f"ILE: PEOESTRIAN ACCESS DSEMENT.DWG REGISTERED PROFESSIONAL LANO SU DATE : NOV"c:.MBER 2. 2009 PAGE 1 Of 1 SCALE: 1 • -1 00' NO. 5527 GORRONDONA & ASSOCIATES, lNC. • 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH. TX. 761 12 • 8 17-495-1424 fi\X 817-496-1768 NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. CLEARFORK MAIN STREET CITY PROJECT NO. 00107 TPW NO. C221 Bryant Irvin Rd, Fort Worth S.C. INMAN SURVEY, ABSTRACT No. 824 STATE OF TEXAS § § COUNTY OF TARRANT § PER1'1ANENT PEDESTRIAN ACCESS EASEMENT DATE: NOVEMBER 2, 2009 GRANTOR: EDW AllDS GEREN LIMITED GRANTOR'S MAILING ADDRESS: P.O. BOX 163409 GRANTEE: FORT WORTH, TARRANT COUNTY,. TEXAS 76161-3409 CITY OF FORT WO,RTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON STREET FORT WORTH, TARRANT COUNTY, TEXAS 76102 CONSIDERATION; Ten Dollars ($10.00) and other good and valuable consi4etation, the receipt artd sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent pedestrian access easement situated in the S. C. Inman St,1rvey, Abstract No. 824, City of Fort Worth, Tarrant County, Texas, said permanent pedestrian access easement being a portion of a tract of land deeded by Colleen Edwards Geren, Cass 0. Edwards , II, Crawford Hearne Edwards; Matilda Lucia Edwards Rogers, Mary Martha Edwards Richter, and Jennie Beth Edwards , and Crawford 0. Edwards Trust to Edwards Geren Limited by General Warranty Deed dated August 29, 1997 as recorded in County Clerk's Ffle No. D197175014 of the Deed Records of Tarrant County; Texas, and being more particularly described in Exh.ibits "A" and "B~. Permanent Pedestrian Access Easement Rev, 06/2008 . 1 GRANTOR, for the CONSIDERATION paid to GRANTOR, hereby GRANTS; SELLS, AND CONVEYS to GRANTEE, its., successors and assigns, an exclusive, perpetual easement for the construction, operation; maintenance, replacement, and public use for pedestrian and non- motorized vehicles ("Pedestrian Access") upon, under and across that portion of the PROPERTY more fully described in Exhibit "A" attached , hereto and incorporated herein for all pertinent purpo$es, such access to be used for public access; together with the right and privilege of GRANTEE to at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing, operating, maintaining; replacing, upgrading, and repairing the· Pedestrian Access for use by the public . TO HA VE AND TO HOLD the above;..described easement; together with all and singular the rights and appurtenances thereto in anywise belonging unto GRANTEE, and GRANTEE's successors and assigns forever; and GRANTOR does hereby bind itself and its successor and assigns to WARRANT AND FOREVER DEFEND all and singular the easement unto GRANTEE, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. Permanent Pedestrian Access Easement Rev. 06/2008 2 GRANTOR: Edwards Geren Limited By: ____________ _ By: ___________ _ GRANTEE: City of Fort Worth Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared · , known to me to be the same person whose name is st.Jbscribed to the foregoing instrument, and acknowledged to me that the · same was the act of and that he/she executed the same as the act of said for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this-------day of Permanent Pedestrian Access Easement Rev. 06/2008. 3 Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument. and acknowledged to me that the same w;:is the act of and that he/she executed the same as the act of said for the purposes and considerat ion therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this _______ day of Notary Public in and for the State of Texas ACKNOWLEDGEMENT STATE OF TEXAS § COUNTYOFTARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Fernando Costa ; known to me to be the person and officer whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of the City of Fort Worth , a munici pal corporation of Tarrant County, Texas , for the purpose and cons ideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this~------day of Notary Public in and for the State of Texas Permanent Pedestrian Access Easement Rev, 06/2008 · · 4 _) CLEARFORK l\1AIN STREET J>RO.JECT NO. 00107 TPWNO.C221 PERMANENT PEDESTRIAN ACCESS EASEMENT CITY OF FORT \VORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 Being a permanent pedestrian access easement situated in the S . C. In.man Survey, Abstract No. 824, City of Fort Worth, Tarrant County, Texas, said permanent pedestrian access easement being a portion of a tract of land d~ded by Colleen Ed wards Geren, Cass 0 . Edwards, II , Crawford Hearne Edwards, Matilda Lucia E~w ards Rogers, Mary Martha Edwards Richter, an d Jennie Beth Edwards> and Crawford 0 . Edwards Trust to Edwards Geren Limited by General Warranty Deed dated August 29, 1997 as recorded in County Clerk's File No. D197175014 of the Deed Records of Tarrant County~ Texas, said permanent pedestrian access easement being more p articularly d escribed by metes and bounds as fol1ows : BEGINNING at a point for the intersection of the southerly right-of-way line of Clearfork Main Street (a variable width right -of-way) as recorded in County Clerk's File No. D209197959 of said D e ed R ecords of Tarrant County, Texas) with the northwesterly line of The Trinity River deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4559, Page 1 of said Deed Records of Tarrant County, Texas, from which a fence comer post fo nnd for the most southerly comer of a tract of land deeded to Texas Pacific Railroad Company as recorded in Volume 963, Page 273 of said Deed Records of Tatnmt Co'ililty , Texas bears North 29 degrees 56 minutes 56 seconds East, a distance of 382.05 feet ; THENCE South 29 degrees 56 minutes 56 seconds West1 with the northwest line of said Trinity River, a distance of 161.59 feet to a point for comer, from which a 5/8 inch iron rod found for comer in the northwest line. of said Trinity River bears South 29 degrees 56 minutes 56 seconds West~ a distance of878 .56 feet; l'HENCE North 06 degrees 43 minutes 19 seconds West, a, distance of 184.27 feet to a point in the southerly right-of-way line of said Cl earfork Main Street, said point being the beginning ofa curve to the right having a radius of 399.67 feet; a central angle of i5 degrees 57 minutes 06 seconds and whose chord bears South 67 degrees 11 minutes 30 seconds East, a .chord distance. of 110. 91 feet; THENCE with said curve to the right and with the southerl y right -of-way line of said Clearfork Main Street, an ar~ length of 111.27 feet to the POINT OF BEGINNIN G, and contairung 9,178 square feet or 0 .211 acres ofland,; more or less. CLEARFORK MAIN STREET PROJECT NO. 00107 TPW N O.C221 PERMANENT PEDESTRIAN ACCESS EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. All bearings are referenced to the project control for State Highway 121. All bearings and distances are surface. DATE: November 2 , 2009 Richard Kennedy Registered Professional La.n No. 5527 100 EXHIBIT "8" TEXAS & PACIFlC RAILROAD COMPANY VOLUME 963, PAGE 273 O.R.T.C .T. FENCE CORNER POST S. C. INMAN SURVEY ABSTRACT NO. 824 CURVE TABLE EDWARDS GEREN LIMITED C.C.F.No. 0197175014 O.R.T.C.T. CURVE I RAO!US I DELTA I CHORO BEARING I CHORD I ARC ;: • (Y C-1 I 399.67 115'57'06• I S 67'11'30"E I 110.91 I 11 I .27 If t, .. ~ ··----........ A.~4' re; :, ... -------'• ..,..,CLEARFORK MAIN STREET' / 50 (A VARIABLE WIDTH RIGHT-OF-WAY) C.C .F. No. 0209197959 . D.R.T.C.T, ---·· •:. l: TARRANT COUNTY WA~ CONTROL & .!J IMPROVEMENT DISTRICT NUMBER ONE ~·· . ~~~'. PERMANENT PEDESTRIAN L .................. .. VOLUME 4559, PAGE 1 O.R.T.C.T. 0 ACCESS EASEMENT 9, 178 SQ. FT. OR 0.211 AC. EDWARDS GEREN LIMITED C.C.F'.No. 0197175014 D.R.T.C.T. 100 P.O.B. ~~ o/ rf: t ~,Q,;, NOTES: {1) A LEGAL DESCRIPTION OF EVEN SURVEY DATE HEREWITH ACCOMPANIES THIS PLAT. SCALE IN FEET (2) BEARINGS ARE REFERENCED TO THE PR()jECT CONTROL FOR STATE HIGHWAY 121. BEARINGS ANO DISTANCES SHOWN ARE SURFACE. City oF Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 CLEARFORK MAIN STREET PERMANENT PEDESTRIAN ACCESS EASEMENT PROJECT NO. 00107 TPW NO. C221 OWNER: EDWARDS GEREN LIMITED SURVEY: S. C. INMAN SURVEY, ABSTRACT NO. 824 LOCATION; CJ1Y OF FORT WORTH TARRANT COUNTY TEXAS PEDESTRIAN ACCESS EASEMENT AREA: 9 178 SQ.FT . OR 0.211 ACRES JOEi NO. 0903-3550 DRAWN BY: O.P. CAOO FILE: PEDESTRIAN ACCESS EASEMOO .OWG DATE: NOvEMSER 2. 2009 i'AGE 1 OF 1 SCALE;; 1 • • 1 oo· GORRONOONA & ASSOCIATES. lNC, • 6707 BRENTWOOD STNR ROAD, SUITE 50 FORT WORTH, Tlt 76112 • 817-496-1424 FAX 8 17-496-1 768 Clearfork Main Street Project No. 00107 Permanent Drainage Easement S .C. Inman Survey, Abstract 824 CITY OF FORT WORTH TEMPORARY RIGHT OF ENTRY PERMANENT DRAINAGE EASEMENT DATE: August J_J_, 2009 GRANTOR: KINDERPLATZ OF FINE ARTS , INC., a Texas non-profit corporation GRANTOR'S MAILING ADDRESS (including County): GRANTEE: The City of Fort Worth c/o Ms. Wanda Zawadzke 2701 Riverglen Drive Fort Worth , Texas 76109-153 2 GRANTEE'S MAILING ADDRESS (including County): c/o TPW/ROW&Easements Group 1000 Throckmorton Street Fort Worth, Texas 76102 CONSIDERATION : Ten Dollars ($10.00) and other good and v aluable cons ideration, the receipt and sufficiency of w hich is hereby acknow ledged. RIGHT OF ENTRY: GRANTOR. for the consideration paid to GRANTOR, hereby grants , sells , and conv ey s to GRANTEE, its successors and assigns , a temporary right of entry onto the property to con struct a pennanent drainage easem ent ("Facility") in , upon , under. through , and acro ss a 30-foot wide strip of la nd more fully described in Ex hibit .. A .. and depict ed in E xh i b it "'B:' atta ched and incorporated (''Drainag e-Easement Property"), together with the right and privilege at any and all times to enter the Drainage-Easement Property , or any part thereof, for the purpose of constructing and operating the Facility. GRANTOR covenants and agrees it will not use the Drainage- Easement Property in a manner that interferes with the construction of the Facility. Upon execution of this right of entry, GRANTOR grants the GRANTEE and its employees, agents, representatives , and contractors access to the Drainage-Easement Property to construct and operate the Facility until December 31 , 2011, or until such time as the GRANTOR grants the GRANTEE a permanent drainage easement, whichever is the first to occur. At such time this Temporary Right of Entry shall terminate and expire without any further action of any party. TO HAVE AND TO HOLD the Drainage-Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging to GRANTEE, and GRANTEE 's successors and assigns. GRANTOR does hereby bind itself and its successors and assigns to warrant and forever defend all and singular the Drainage- Easement Property to GRANTEE, its successors and assigns, against every person whomsoever lawfully claiming or t6 claim the same, or any part thereof, by through or under Grantor, but not otherwise. Exceptions to Grant: This Conveyance is expressly made subject to any and all existing restrictions, reservations, covenants, conditions, oil and gas leases , easements, liens and other encumbrances of whatsoever kind or nature relating to the Drainage- Easement Property, whether or not they are shown ofrecord in Tarrant County , Texas . Terms and Conditions: The following terms and conditions apply to the right of entry granted herein: l. lnsura11ce. During the course of any construction activity under this right of entry, the GRANTEE shall require any of the GRANTEE's contractors (including subcontractors of any tier) to obtain and maintain comprehensive general liability and property damage insurance in an amount not less than $500,000 for each occurrence of bodily injury, including death, and in an amount not less than $500,000 covering each occurrence of property damage with $2,000,000 umbrella policy coverage. The GRANTEE shall require any of the GRANTEE's contractors (including subcontractors of any tier) to include GRANTOR as an additional insured party on that contractor's comprehensive general liability insurance and automobile liability insurance required by the GRANTEE and shall require the GRANTEE 's contractors to provide GRANTOR with a waiver of subrogation on the contractor 's workers' compensation insurance policy. 2 2. Damage Claims. During the course of an y construction activity under this right of entry, the GRANTEE shall require any of the GRANTEE 's contractors (including subcontractors of any tier) to indemnify GRANTOR against claims arising, in whole or in part, out of contractor 's negligence. In addition, the GRANTEE shall require the contractors to covenant and agree to indemnify, hold harmless , and defend at their own expense , the GRANTOR, its officers, agents , servants , and employees , from and against all claims or suits for property loss , property damage, personal injury, including death , arising out of, or alleged to arise out of, the work and services to be performed in installation of the Facility by the contractors , their officers, agents , employees , subcontractors, licensees, or invitees. Also during the course of any construction activity under this Agreement, the GRANTEE shall require the contractors to indemnify and hold harmless GRANTOR from and against any and all injuries to the GRANTOR 's officers , agents , servants , invitees, student attendees , and employees , and the loss or destruction of GRANTOR's property arising from the performance of any of the tenns and conditions of this right of entry. 3. Restoration of Grantor's property. GRANTEE shall restore GRANTOR 's property to the same or similar condition that existed immediately before it accesses the GRANTOR 'S property under this right of entry. Reservation from Conveyance: The following reservation applies to the right of entry granted herein: I. Mineral Interests. GRANTOR reserves to itself, its successors, assigns , and lessees all the oil, gas, and other minerals that can be removed from beneath the GRANTOR's property without any right whatsoever remaining to the GRANTOR, itself, its successors, assigns , and lessees of ingress or egress to or from the surface of GRANTOR's property for the purpose of exploring, drilling , or mining the oil , gas, and other minerals. If the mineral estate is subject to existing production or an existing lease, this reservation includes the production , the lease , and all benefits from it. Executed to be effective as of the date first written above. KINDERPLATZ OF FINE ARTS, INC., a Texas non-profit corporation By: 3 THE ST A TE OF TEXAS § COUNTY OF TARRANT§ BEFORE ME , the undersigned authority ,. a Notary Public in and for the State of Texas , on this day personally appeared W2t nat1 Z2t W;?{ dz te known to me to be the same person whose name is subscribed to the foregoing instrument , and acknowledged to me that he /she executed the same for the purposes and consideration therein expressed and in the capacity therein stated . ~IV~N UNDE~ MY HAND AND SEAL OF OFFICE the ~t , _009. ICf~day of 1__) 4 J CLEARFORK MAIN STREET PROJECT NO. 00107 TPWNO.C221 PERMANENT DRAINAGE EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 Being a Permanent Drainage Easement out of Lot I , Block I of Kinderplatz Addition , an addition to the City of Fort Worth, Tarrant County, Texas as re c orded in Cabinet A, Slide 5508 of the Plat Records of Tarrant County, Texas, said Lot 1 being deeded by Edwards Geren Limited to Kinderplatz of Fine Arts, Inc by Gift Deed dated December 30, 1997 as recorded in Volume 13025 , Page 170 of the Deed Records of Tarrant County, Texas, said Permanent Drainage Easement being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped "Area Survey" found for the east corner of said Lot 1, said 1/2 inch iron rod with cap stamped "Area Survey'' being in the southwest line of a tract of land described as Third Parcel deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 of said Deed Records of Tarrant County, Texas, said 1/2 inch iron rod with cap stamped "Area Survey" also being the most northerly northwest comer of Lot 1 RIB, Block 2 of Stonegate Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 10755 of said Plat Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "Area Survey'' found for comer in the southeast line of said Lot 1 and in the northwest line of said Lot IRIB bears South 56 degrees 02 minutes 59 seconds West, a distance of 50.99 feet; THENCE North 61 degrees 17 minutes 34 seconds West, with the northeast line of said Lot 1 and with the southwest line of said Third Parcel, a distance of283 .53 feet to the POINT OF BEGINNING; THENCE South 30 degrees 24 minutes 05 seconds West, a distance of 80.00 feet to a point for comer; THENCE North 61 degrees 17 minutes 34 seconds West, a distance of 30.00 feet to a point for comer in the northwest line of said Lot I; THENCE North 30 degrees 24 minutes 05 seconds East, with the northwest line of said Lot l , a distance of 80.00 feet to a point for the north comer of said Lot 1; THENCE South 61 degrees I 7 minutes 34 seconds East, with the northeast line of said Lot I , a distance of 30.00 feet to the POINT OF BEGINNING , and containing 2,399 square feet or 0 .055 acres ofland, more or less. Exh ibit A Page _J_ of _.Z_ GORRONOONA & AS SOC IATES . INC. 6707 BR a«WOOO STAIR ROAD SlllTE SO FORT WO RTI I, TEXAS 761 12 11 7-496-1~2• FAX 817-'1%-176 1 CLEARFORK MAIN STREET PROJECT NO. 00107 TPWNO.C22I PERMANENT DRAINAGE EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 Notes: (I) A plat of even survey date herewith accompanies this legal description. (2) All bearings are referenced to the project control for State Highway 121. All bearings and distances are surface. DA TE: June 22, 2009 Richard Kennedy \f \"% 5527 w,jk: · Registered Professional Lanaj~i~.~~~ ~~- ~ c·uR'-1" ~-No. 5527 ~-..: .A', ~--~~~p-··· Exhibit_,\ __ Page~ of --1::_ GORRONOONA & ASSOCIATE.~. INC. 6707 BRENTWOOD STAIR ROAD sum, SO FORT WORTH. TEXAS 76112 gJ7-496-1424 FAX 117-496-176! , 60 UNE TABLE UH£ I 8ENIIHC 1 .0ISTAHCE l -1 I N •t'17'34-W I 30.00 l-2 Is •1·11 34"E I 30.00 EXHIBIT "B,, LOT f. BLOCK I KJNDERPUTZ of FINE S. C. fNMAN SURVEY ABS TRACT NO . 824 ARTS, INC. ,,., ~-- CA81NET A. SUD. E 5508 ~ ~:!19 P.R.T.C.T. · (°e.w:r·· 1<1NGERPLAT2 OF FlHE ARTS, INC. VOLUME 13025. PAGE 170 30. 0 60 D.ltT.C.T. i ,---, SCALE IN FEET Cit:y oF Fort: Worth CLEARFORK MAIN STREET SURVEY; S. C. JNMAN _SURVEY, ABSTRACT NO . 824 LOCATI ON : CITY Of FORT WORTH TARRANT COUNTY TEXAS CLEARFORK MAIN STREET PROJECT NO. 00107 TPWNO. C221 PERMANENT BRIDGE EASEMENT CITY OF l<'ORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 Bein g a permanent bridge easement situated in the S . C. Inman Survey , Abstract No . 824, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4559 , Page 1 of said Deed Records of Tarra nt County, Texas, and also being all of a tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 of said Deed Records of Tarrant County, Texas, said permanent bridge easement being more particularly described by metes and bounds as follows: BEGL'INING at a point for the intersection of the northerly right-of-way line of Clearfork Main Street (a variable width right-of-w ay) with the northwesterly line of sa id tract o f land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4559, Page 1, said point being in the southeast line of a tract of land deeded to Edwards Geren Limited as recorded in County Clerk's File No. D197l 750I4 of said Deed Records of Tarrant County, Texas; THENCE South 63 degrees 44 minutes 20 seconds East, a distance of 498 .20 feet to a point for comer; THENCE North 29 degrees 22 minutes 00 seconds East, a distance of 11.40 feet to a point for corner; THENCE South 60 degrees 38 mi nutes 00 seconds East, passing at a distance of 95.34 feet, a 3/4 inch iron rod found for the most southerly southwest comer of a 0.522 acre tract of land (by deed) deeded to Kinderplatz of Fine Arts, Inc. as recorded in Volume 13025, Page 160 of said Deed Records of Tarrant County, Texas, in all, a distance of295.64 feet to a 5/8 inch iron rod found for the southeast corner of said 0 .522 acre tract of land, said 5/8 inch iron rod being the southwest corner of Lot JR, Block 3 of Stonegate Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 2399 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod also being the northwest comer of said tract of land deeded to Tarrant County Water Control & [mprovement District Number One as recorded in Volume 4525, Page 623, said 5/8 inch iron rod also being in the southeast line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Vol ume 4559 , Page 1; THENCE South 60 degrees 37 minutes 40 seconds East, with the nmtheast line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with the southwest line of said Lot lR, passing at a distance of 29.54 feet a 5/8 inch iron rod with cap found for corner in the southwes t line of said Lot lR, said 5/8 inch iron rod with cap being in the northeast right-of-way line of Stonegate Boulevard (a 120.0' right-of-way), in all, a distance of 55 .90 feet to a point for the northeast corner of said tract of land deeded to Tarrant County Water Control & Impro vement D i strict Number One as recorded i n Volume 4525, Page 623 ; GORRON OON A & ASS OCI AT ES . INC. 67 07 BRENT WOOD STAIR ROAD SUITE 50 FORT WORTH, TEXA S 76112 SI 7-4 96-1 424 FAX Sli-496-1 768 CLEARFORK MAIN STREET PROJECT NO. 00107 TPWNO. C221 PERMANENT BRIDGE EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 THENCE South 03 degrees 54 minutes 50 seconds W e st, w ith the east line of said tract of land deeded t o Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with a west right-of-way line of sa id Stonegate Boulevard, a distance of 55.63 feet to a 5/8 inch iron rod with cap found for corner; THENCE South 35 degrees 45 minutes 50 seconds West, with the east line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with a west right-of-way line of said Stoncgatc Boulevard, a distance of 63.73 feet to a 5/8 inch iron rod with cap found for comer in the north line of Lot lRl 8, Block 2 of Stonegate Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 5508 of said Plat Records of Tarrant County, Texas, said 5/8 inch iron rod with cap being in the southwest right-of-way line of said Stonegate Boulevard; THENCE South 47 degrees 56 minutes 55 seconds West, with an east line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with the north line of said Lot lRlB, a distance of 19 .50 feet to a 5/8 inch iron rod with cap found for comer; THENCE North 61 degrees 17 minutes 24 seconds West, with the southwest line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with the northeast line of said Lot lRlB, a distance of 50.89 feet to a 1/2 inch iron rod with cap stamped "Area Surveying" found for the southwest corner of said tract of land deeded to TaITant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 , said 1/2 inch iron rod with cap stamped "Area Surveying'' being the most northwest corner of said Lot 1 Rl B , said 1 /2 inch iron rod with cap stamped "Area Surveying" also being the northeast corner of Lot I, Block 1 of Kinderplatz Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 5508 of said Plat Records ofTanant County, Texas said 1/2 inch iron rod with cap stamped "Area Surveying" also being in the easterly line of said tract of land deeded to Tarrant County \,Vater Control & Improvement District Number One as recorded in Volume 4559, Page 1; THENCE North 61 degrees 17 minutes 31 seconds West, with the southwest line of said tract of land deeded to TaITant County Water Control & Improvement District Number One as recorded in Volwne 4559, Page 1 and with the northeast line of said Lot 1, a distance of 313.53 feet to a point for the northwest comer of said Lo t 1, said point being an interior ell corner of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4559, Pagel; THENCE North 30 degrees 24 minutes 05 seconds E ast, a di stance of 4 .12 feet to a point for comer; GORR ONDON A & AS SOCIATES, INC . 670 7 BREN TWOOD STAIR ROAD SUITE SO FO RT WORT H, TEXAS 7611 2 SI 7-496-1 42 4 FAX S 17-496-1768 CLEARFORK MAIN STREET PROJECT NO. 00107 TPWNO. C221 PERMANENT BRIDGE EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 THENCE North 63 degrees 44 minutes 20 seconds West, a distance of 497.23 feet to a point for the intersection of the southerly right-of-way line of said Cleaifork Main Street with the northwesterly line of said tract ofland deeded to Tarrant County Wat er Control & Improvement District Number One as recorded in Volume 4559, Page 1, said point being in the southeast line of said tract of land deeded to Edwards Geren L imi ted ; THENCE North 29 degrees 56 minutes 56 seconds East, with the northwest line of said tract of land deeded to Tarrant County Water Control and hnprovement District No. 1 as recorded in Volume 4559, Page 1 and with the southeast line of said tract of land deeded to Edwards Geren Limited, a distance of 120.68 feet to the POINT OF BEGINNING, and containing 109,397 square feet or 2.511 acres of land, more or less. Notes: (1) A plat of even survey date herewith accompanies this legal description. (2) All bearings are referenced to the project control for State Highway 121. All bearings and distances are surface. DATE: August 31, 2009 Richard Kennedy Registered Professional Lan No. 5527 GORRONDONA & ASSOCIATES, IN C. 6707 BRENDVOOD STAIR ROAD SUlTE 50 FORT WORTH , TEXAS 76112 8 17-496-1 42 4 FAX 817-4 96-176 8 EXHIBIT "B" LINE L-1 L-2 L-3 L-4 L-5 L-6 L-7 L-8 150 75 0 150 ~·_ I SCALE IN FEET LINE TABLE BEARING DISTANCE N 29·22·oo"E 11.40 S 60"37'40"E 29.54 S 60"37'40"E 55.90 S 03'54'50"W 55.63 S 35'45'50"W 63.73 S 47"56'55"W 19 .50 N 61'17'24"W 50.89 N 30'24'05"E 4.12 LOT tR, BLOCK 3 STONECATE ADDITION CABINET A, SLIDE 2399 P.R.T .C.T. City ot= Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 CLEARFORK MAIN STREET LOCATION : CITY OF FORT WORTH TARRANT COUNTY TEXAS 11-=Bc:.!R:..:IDc:;G.::.E.....:EA=-=S=EM:;.:.E=N..:..:T'-'-'A;..:;REA~: _1'--iOi-':'9~3~9.,",7--::"-SQ""'.:-::FTc'-"-._O""'R-"--"2=.5~1;..;1"'-'-'AC""Rc.;.;E:.:Sa-_______ --1RICHARD KENNEDY JOB NO . 0903-3550 DRAWN BY : T.T.W. CAOD FILE : TEMP ESMT LOT 1 R BLK 3 .0WG REGiSTERED PROFESSIONAL LAND SURV DATE : AUGUST 31 , 2009 PAGE 4 OF 4 SCALE: 1" = 150' NO . 5527 GORRONDONA & ASSOCIATES, INC. • 6707 BRENTWOOD STAIR ROAD , SUITE 50 FORT WORTH, TX . 76112 • 816-496-1424 FAX 816-496-1668 "':'".:. ~ .,. ' ~. -F"n. F ~ Oearfork Mn Street Bridge Project No. 00107 TPWNo.5958 2691 S. Halen St. Lot lR, Block 3, Smaegate Adclltloa S.C. INMAN SURVEY, ABSTRACT No. 814 . " ,. ;-, I ,...,...,,..r~ f..;; ,; ._..:.: -i CIJY QF FORT WORTH IFNPQMBY CON8TRUC'T1QN EASEMENT DA TE: October 13, 2009 GRANTOR: ALLEN P. SCHUSTER GRANTOR'S MAILING ADDRESS: 1112 S. LAKE STREET ... -'.' .. ~ .~··q .-,, I .. " I. V •l FORT WORTH. TARRANT COUNTY, TEXAS 761o.M309 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 llfROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 78102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which Is hereby aclcnowtedged. PROPERTY: Being a temporary conatructlon easement situated In the S. C. Inman Survey, Absbact No. 82-4, City of Fort Worth, Tarrant County, Texas, 88kt temporary construction easement being a portion of lot 1R1B, Block 2 of Stouegate Addition, an addition to the City of Fort Worth, T81T8nt County, Texas. as recomed In Cabinet A, SHde 10755 of the Plat Reconfa of Tenant County, Taxaa, saJd lot 1R18 being deeded by Alamo Partners to Alen P. Schuster by Special Warranty Deed dated Februa,y 28, 1996 as recorded In Volt.me 12278, Page 897 of the Deed R8COfda of Tenant Colny, said temporary constructton easement being mor8 parflcularty descrtbed i'I Exhtbtta •A• and "8•. Grantor, for the consideration paid to Grantor, hereby grant. bargain and conwy unto Grantee, Its &1 ICC8S80f8 and esalgna. the use and passage In, owr, and aaoss. below and along the eesemant situated In Tamn County, Texas, In accordance with the legal~ hereto attached as Exhibit ·A·. and Ingress and egress over Grantor's property to the easement as shown on Exhibit "8 •. It Is f\l1h8r agreed and wldetstoocl that Gran'88 'MIi be permltt8d the UM of satc1 easement fOr the purpose of reeoutnaet1a1 drlvewayt ad sldewalb. Upon completion of mprovementa and Its aooeptance by Grantee, al rights grantad within the desaibed Temporary Construction Easement shal cease. TO HA VE ANO TO HOLD the aboYe descrtbed easement. together with, aD and aiiguar, the rights and appurtenances thereto In anyway belonging unto Grantee. and Grantee'• suocesacn and 8S8lgna untl the competlon d oonstructlon and ac:cepCance by Grantee. Granlor hereby bind themselves. their hefra. SUCC8810f'S, and asaigns, lo warrant and defend, all and singular, said easement unto Grantee, Its SUCC8880rS and assigns. against eWKY person whomsoever lawfully clalmlng or lo dain the same. or any part thereof. T.....,.~i.-111 OIAJr2007 GRANTOR: Allen P. Schuster GRANTEE: City of Fort Worth Femando Costa Assistant City Manager APPROVED AS TO FORM ANO LEGALITY STATE OF µya 5 I COUNTY OF µc ca. n+ I BEFORE ME. 1he ooderafgned authortty. a Notary Public In and for the state of Texas., on this day personally appem8d Allen P. Schuslar. known to me to be the same person whose act c:A £? and that he/she executed the same as the act d name rmbed~ffl~ and acknoWledged ID me hit the same was the said ----for the purpClHS and conaidera1lon ther9irifixpi'essed In the c:apacly therein stated. GIVEN UNDER MY HAND ANO SEAL OF OFACE this ~5+~ of ACKNQWLEQGEMENJ STATE OF TEXAS I COUNTY OF TARRANT I BEFORE ME. the undersigned authority. a Notary Public In and for the State of Texas, on this day pe,aonaly appeared Fernando Costa. Assistant Ctty Manager of the City of Fort Worth, known to me to be the same person whose name Is subscribed to the foregoing lnetrument, and acknowledged to me that lhe aame was the act of the CHy of Fort Worth and that he/she executed 1he same as the act cl the Ctty cl Fort Worth for the purpoaes and conaideratlon therein expressed and In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ~1-fLday cl EVOMA DAN1as MY COMMISSION EXPIRES July 10, 2013 r CLlillFOR.K MAIN STREET BRIDGE PROJECT NO. 00107 TPWN0.!950 TEMPORARY CONSTRUCTION EASEMENT CITY 01' FORT WORTH S. C. INMAN SURVEY, AB.ffRACT NO. BU EXHIBIT "A" Being a temporary conalnJction euemmt situated ill the S. C . Inman Survey, Abstract No. 824, City of Fort Worth, Tmnmt County, Tc::xas, said temporary construction cacmr:nt being a portion of Lot 1R1B, Bk><* 2 of Stonegate Addition. m addition to the City of Fort Worth, Tamm County, Tex.as, as rcoordcd in Cabinet A, Slide 107SS of the Plat R.ccords of Tmmt County, Texas, said Lot 1R1B being deeded by Alamo Partncn to Allen P . Schuster by Special Warranty Deed dated Fcibnwy 28. 1996 u n:icordcd in Volume 12278, Page 897 of the Deed Reaxds of Tarrant County, said temporay comtruction eaflC'JDfflf being more particularly dacribed by metes and bounda as follows: Bl!GINNING at a 5/8 inch iron rod with cap 1t.an1ped "OORR.ONDONA" round fur comcc in north line of said Lot 1R1B, said S/8 inch iron rod with cap stamped "OORRONDONA" being a comc:r in the east line of a tract of land deeded to Tarrant County Wab:Jl Control aod Improvement Diltric::t No. 1 in the northeast line of tract of land deeded 1o Tarrant County Water Control and Improvanart .District No. 1 u recorded in Volume 4S28, Page 623 of said Deed Records of Tarrant Coonty, Tcxa, said S/8 inch iron rod with cap stamped "OORRONDONA" also being tho southwest corDa" of Stoncpte Boulevard (a 120.0' right-of-way); THENCJ: South 73 degrees 40 minutea 57 seconds Eut, wi1h the north line of said Lot 1Rl B and with the south riaht-of-way line of said Stoncpte Boulevard, a distance of 39.89 feet to a point fur comer, from wbidl an "X" in oooade round fur the oortbeut comer of said Lot lRIB bean North 73 dep,es 40 mimltcl 57 secooda Eut, a distance of 165.08 feet. smd "X" in conac:te being the inttnection of tho 90Ulb right-of-way line of said Stoneptc Boulevard with the west ript-of-way line of South Hulen Sbcet {a variable width right-of-way); THENCE South 16 degrees 35 minutca 12 90COtlds West. a distance of 24.22 feet to a point for ooma; THENCE North 73 degrees 40 minutes 03 seconds West, a distaocc of 23.96 feet to a point for oomer; TIIENCI! South 52 degrees 26 minutes Sl 9CCOnds West, di.staalcc of 5.04 feet to a point for oomc:r; --~ P9l of2 CLltARJlORK MAIN STREET BRIDGE PROJltCT NO. 00107 TPWN0.59SO TEMPORARY CONSTRUCTION J:.ASEMENT CITY OF FORT WORTH S. C. INMAN SURVJ:Y, AUTRACT NO. ll4 THENCE North 37 degrees 33 minute& 09 stamds West, distance of 2S.8S feet to a point fur comer in the north line, of said Lot 1R1B, said point being in the eut line of said Tammt County WBIG: Control and lmprovanmt Diatrict No. 1 tract of land; THENCE North 47 dc,srees S6 rninutos SS secooda But, with the north line of said Lot 1R1B and wi1h the east line of said cast line of aid Tammt County Writ.« Control and Improvcmmt District No. l tract of land. a distance of lS.32 feet to the POINT OF BEGINNING, and containing 1,039 square feet or 0.024 aaes of land, more or less. Notee: (1) A plat of even survey date hcn:with accompaoie, thia legal description. (2) All bearinp are r=enced to the project control for State Highway 121. All bc:aringl and dutaoc,w are surface. DATE: Octobc::r 14, 2009 Ridmd Kcmcdy Rqpltacd Profaaioaal Land &1neyor No. SS21 ,, Pqc2of2 83(1/Nll .L:l81:l.LS NIYJf XIIO.l'ilY8'1:J lilnll tml 'IUQII MM • lJNIJ _, .. 1:1 IIIIMI. •• L/:J-IOM :J-10.::J ::JO A:,1=, . ' . . . 'DIMS Jlllf --liDldO --'HI ...... UIJS WM "lailWIIO ~-............ Cl) :WW .-U Dl IAIIOD NUG1aH 1M ,.... l8Q "' .. ,....., .,.., \' (1) :..-..a ' ~ z . .::c. 'L .. I I I 1.1:• N a N s ' ,J .~ ONINl8 ·--1 ~ ·J.VlYd 111wn D'S " JJNIIW'J .IIOl,Ulltlr UPUNO.U r %30R 'flllll .un 9-"1 9-1 ,_, -, -, ,-, -1 SUZANNE HENDERSON ···~····· .-~~ cott~·~. COUNTY CLERK !~ 41 .. ~ -t i ~~ . -;, , o;: 100 West Weatherford Fort Worth , TX 76196-0401 !J'm· ;L*..:, .· . ~\ •.. ·--.I ··.:. *. '!; • .:· -------------------........... CITY OF FORT WORTH RIGHT OF WAY AND EASEMENT TEAM 900 MONROE STE 404 FT WORTH , TX 76102 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEMENT TEAM PHONE (817) 884-1195 DO NOT DESTROY WARNING -THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration : 2/1/2010 11 :39 AM Instrument#: 0210022395 E 8 PGS $40 .00 By :~_,...,. ___ ~ ~-------- D210022395 ANY PROVIS ION WHICH RESTR ICTS THE SALE , RENTAL OR USE OF THE DESCR IBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Prepared by : CAMADDOCK Clearfork Main Street Bridge Project No. 00107 TPWNo.5950 2698 S. Hulen St. Lot lR, Block 3, Stonegate Addition S.C. INMAN SURVEY, ABSTRACT No. 824 DA TE: October 13, 2009 GRANTOR: CITY OF FORT WORTH TEMPORARY CONSTRUCTION EASEMENT FRETUS INVESTORS FORT WORTH o/o COLOMBIA PACIFIC MGT. INC. GRANTOR'S MAILING ADDRESS: 3131 ELLIOTT AVE. ST~ 500 SEATTLE, KING COUNTY, WASHINGTON 98121-1032 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a variable width temporary construction easement situated in the S. C. Inman Survey, Abstract No. 824, City of Fort Worth, Tarrant County, Texas, said variable width temporary construction easement being a portion of Lot 1 R, Block 3 of Stonegate Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 2399 of the Plat Records of Tarrant County, Texas, said Lot 1 R being deeded by Forum-NGH, Inc to Fretus Investors Forth Worth , LP by Special Warranty Deed dated October 11, 2002 as recorded in Volume 16052, Page 104 of the Deed Records of Tarrant County, said variable width temporary construction easement being more particularly described in Exhibits "A" and "B". Tempora ry Construction Easement 01/09/2 007 Grantor, for the consideration paid to Grantor, hereby grant, bargain and convey unto Grantee, its successors and assigns, the use and passage in, over, and across, below and along the easement situated in Tarrant County, Texas, in accordance with the legal description hereto attached as Exhibit "A", and ingress and egress over Grantor's property to the easement as shown on Exhibit "B". It is further agreed and understood that Grantee will be permitted the use of said easement for the purpose of reconstructing driveways and sidewalks. Upon completion of improvements and its acceptance by Grantee, all rights granted within the described Temporary Construction Easement shall cease . TO HAVE AND TO HOLD the above described easement, together with, all and singular, the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns until the completion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its successors and assigns, against every person · whomsoever lawfully claiming or to claim the same, or any part thereof. Temporary Construction Easement 01109noo1 GRANTOR: Fretus Investors Fort Worth LP GRANTEE: City of Fort Worth STATE OF _____ _ COUNTY OF----- Fernando Costa Assistant City Manager APPROVED AS TO FORM AND LEGALITY Assistant City Attorney ACKNOWLEDGEMENT § § BEFORE ME, the undersigned authority, a Notary Public in and for the State of _______ , on this day personally appeared , known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the same as the act of said ------------------for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ___ day of ---------- Temporary Constructi on Easement 01/09/2 007 ,20_. Notary Public in and for the State of ___ _ ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas , on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort Worth, known to me to be the same person whose name is subscribed to the forego ing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this __ day of Temporary Coll.!!truction Ease ment 0 1/09/2007 Notary Public in and for the State of Texas CLEARFORK MAIN STREET BRIDGE PROJECT NO. 00107 TPWN0.5950 TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 EXHIBIT "A" Being a temporary construction easement situated in the S. C. Inman Survey, Abstract No. 824, City of Fort Worth, Tarrant County, Texas, said temporary construction easement being a portion of Lot lR, Block 3 of Stonegate Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 2399 of the Plat Records of Tarrant County, Texas, said Lot lR being deeded by Forum-NGH, Inc. to Fretus Investors Forth Worth, LP by Special Warranty Deed dated October 11, 2002 as recorded in Volume 16052, Page 104 of the Deed Records of Tarrant County, said temporary construction easement being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with illegible cap found for the most easterly southwest comer of said Lot lR, said 5/8 inch iron rod with illegible cap being in the northeast line of tract of land deeded to Tarrant County Water Control and Improvement District No. 1 as recorded in Volume 4528, Page 623 of said Deed Records of Tarrant County, Texas; THENCE North 60 degrees 37 minutes 40 seconds West, with the southwest line of said Lot IR and with the northeast line of said tract of land deeded to Tarrant County Water Control and hnprovement District No. 1, a distance of 2.10 feet to a point for comer, from which a 5/8 inch iron rod found for the most westerly southwest comer of said Lot lR bears North 60 degrees 37 minutes 40 seconds West, a distance of 29.54 feet, said 5/8 inch iron rod being the southeast comer of a 0.522 acre tract ofland (by deed) deeded to Kinderplatz of Fine Arts, Inc. as recorded in Volume 13025, Page 170 of the Deed Records of Tarrant County, Texas; THENCE North 16 degrees 17 minutes 15 seconds East, a distance of 14.65 feet to a point for comer; THENCE South 73 degrees 33 minutes 25 seconds East, a distance of 20.98 feet to a point for comer; THENCE North 16 degrees 18 minutes 11 seconds East, distance of 26.28 feet to a point for comer; THENCE South 73 degrees 28 minutes 46 seconds East, distance of 50.92 feet to a point for comer; Page I of2 CLEARFORK MAIN STREET BRIDGE PROJECT NO. 00107 TPWNO. 5950 TEMPORARY CONSTRUCTION EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 THENCE South 16 degrees 43 minutes 33 seconds West, distance of 27 .87 feet to a point for comer; THENCE South 73 degrees 28 minutes 46 seconds East, distance of 50.92 feet to a point for comer; THENCE South 16 degrees 31 minutes 14 seconds West, distance of 13.00 feet to a point for corner in the southwest line of said Lot lR, said point being in the northeast right-of- way line of Stonegate Boulevard (120.0' right-of-way); THENCE North 73 degrees 41 minutes 49 seconds West, with the southwest line of said Lot lR and with the northeast right-of-way line of said Stonegate Boulevard, distance of 145.84 feet to the POINT OF BEGINNING, and containing 3,413 square feet or 0.078 acres ofland, more or less. Notes: (1) (2) A plat of even survey date herewith accompanies this legal description. All bearings are referenced to the project control for State Highway 121. All bearings and distances are surface. DATE: October 13, 2009 Registered Professional Land Surveyor No. 5527 Page2 of2 \ EXHIBIT "B" FRETUS INVESTORS FORT WORTH LP VOLUME 1 6052, PAGE 1 04 D.R.T .C.T. LINE L-1 L-2 L-3 L-4 L-5 L-6 L-7 L-8 L-9 LINE TABLE BEARING N 60"37'40"W N 60"37'40"W N 11>17 15"E S 73°33'25"E N 1o1811"E S 7Y28'46"E S 16"43 33"W S 73°28 46"E S 16"31 14"W DISTANCE 2.10 29 .54 14.65 20.98 26.28 50.92 27.87 76.24 13.00 L-10 N 73"41 49"\Y 145.84 LOT tR, BLOCK 3 I S STONEGATE ADDITION NOTES: / CABINET A. SLIDE 2399 \ ' C P.R.T.C.T. (1) A LEGAL DESCRIPTION OF EVEN SURVEY DATE / ,4 S HEREWITH ACCO MPAN IES TH IS PLAT. / \ :S; / tV) ~ (2) BEAR INGS ARE REFEREN CED TO THE PROJECT / // , VICINITY MAP fr-4 c;-<f ,v s CONTROL FOR STATE HIGHWAY 121. BEARINGS/ '----;s, 'th . ..-:: •ta" ,VQ ~Rv~}-'"' "::::· '" "'""'· //1 , o v<S ~41 r o. < <f CONSTURCTION EASEMENT / / ~{ -,,tt;o; 3,413 SQ. FT. OR 0 .078 AC. / / / .:>:.., ;-50!~:t.,,.,!s, //~ FND 5/8"1R /. -..1 •• -::;;L}-:-:•:•:•:•:•:•:•:•:•:•:•:•:•:•:•:•:•:•:•:•:•J 1' / / /s!i '< ..... \:::::... ··.;~-~::::::::::::::7 I I I s.; ,4~.o?,,t,,. P. 0 .B. \.]. ·:~· ... :.:-:-::::\:::::::fr:~~@~:[~'fb~-~~·~.:-.. -/ / / f Q il(p,?. l'ou FND 5/8"1R ~-:."i.i.;,;,:::::::::::: ..• s...,... .,..,. "'oz°t~t~,.~.o? W/11:;B~;L "A" ·w.;..·:.~:]'/'--, / b q~f .o~sl"ti>,cl'o,v,, ~ ";:o,/ ~ ·C:1; . 6<.:l i4.'qil'~l DETAIL •A• ~ j lf~~4:: //-1JLTu1>,\, zyt;l 60 30 0 60 I I I I SCALE IN FEET -o,c-_lY,i)? =,·.·.·.·,·.·.: E :::::;:;:\:::;:::::::::::::::::/·. ~ § 1.~·:-:-::\:\i::)J(:i : t ' 'j "'/ r;;. / -\ P.O.B.-., . t:::, l --....._ \ FND 5/B"IR / C::, --•·•· .... W/CAP ••. / G5 LOT tRtB, BLOCK 2 STONEG.ATE ADDITION CABINET A. SLIDE 5508 P.R.T.C.T. ~································ --FND "X" IN CONCRETE foRJJ?!'fll City or Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 CLEARFORK MAIN STREET BRIDGE TEMPORARY CONSTRUCTION EASEMENT PROJECT NO. 00107 TPW NO. 5950 OWNER : FRETUS INVESTORS FORT WORTH LP SURVEY: S. C. INMAN SURVEY, ABSTRACT NO . 824 LOCATION : CITY OF FORT WORTH TARRANT COUNTY TEXAS ...,_TE::Ma.:.:.P...:O:.:.;RA:.:.R:...:..Y:......;:;C=O:....:.NS;:.;T.;..;R=UC.;;;..T.:..;.IO=N"'°'"T"EAS~E~M~E"""N"""T "°"'A"""R=EA...;a:-'3;;..,....c..41r3~S=Q."-FT.;..;._O=R;..;......;;0""".0'"'"7""'8-'A'""'C;;.;.R=E"'"S~=-t RICHARD KENNEDY JOB NO . 0903-3550 DRAWN BY: D.P. CADD FILE : TEMP ESMT LOT 1 R BU< 3.0WG REG ISTERED PROFESS IONAL LAND SURVEYOR DATE: OCTOBER 13, 2009 PAGE 1 OF 1 SCALE: 1" = 60' NO . 5527 GORRONDONA & ASSOCIATES , INC .• 6707 BRENTWOOD STAIR ROAD, SUITE 50 FORT WORTH, TX . 76 112 • 816-496-1424 FAX 816-496-1668 - - SECTION 9 -REPORTS 9.1 GEOTECHNICAL STUDY (For Information Purposes Only) 9.2 SCOUR ANALYSIS (For Information Purposes Only) Geotechnical Engineering Study Report The report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc., should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of the report. Statements, conclusions, and recommendations in the report are directed to the Owner and the Owner's design engineers, and not to bidding contractors. The context of the statements, conclusions, and recommendations have been conveyed to the Owner and the Owner's design engineers through various meetings, correspondence, and shall not be interpreted by bidding contractors to have singular meaning or interpretation for bidding purposes. The report was made for design purposes only and verification of the subsurface conditions for other purposes including, but not limited to determining difficulty of excavation, traffic ability, suitability of on site soil materials or quantities, etc., is the responsibility of bidding contractors. GEOTECHNICAL STUDY CLEARFORK MAIN STREET BRIDGE FORT WORTH, TEXAS SUBMITTED TO FREESE AND NICHOLS, INC. 4055 INTERNATIONAL PLAZA, SUITE 200 FORT WORTH, TEXAS 76109 BY HVJ ASSOCIATES, INC. JANUARY 19, 2009 REPORT NO. DG-08-11520 HVJ ASSOCIATES January 19, 2009 Mr. John F. Dewar, P.E., S.E. Freese and Nichols, Inc . 4055 International Plaza, Ste. 200 Fort Worth, Texas 76109 Re: Geotechnical Investigation Clearfork Main Street Bridge Fort Worth, Texas Owner: City of Fort Worth HVJ Project No. DG0811520 Dear Mr. Dewar: Houston Austin Dallas San Antonio 9200 King Arthur Dr. Dallas,TX 75247-3610 214 .678.0227 Ph 214.678 .0228 Fax www.hvj.com Submitted herein is the report of our geotechnical investigation for the above referenced project. The study was performed in accordance with our proposal number DG0811520 dated February 18, 2008 and is subject to the limitations presented in this report. We appreciate the opportunity of working with you on this project. Please read the entire report and notify us if there are questions concerning this report or if we may be of further assistance. Sincerely, !111 ... ,,,,,,, _ .. ~ OF i. ,, HVJ A~SOCI~TE~, INC. .:-~~········-.~~..:11 Texas Firm Reg1strat1on No. F-000646 ; c.;,_.. * ··~ 111 Fadi N. Faraj, P.E. Senior Project Manager FF/DK '* .· ..• ,... ..., , ............................... l f ....... :.~' .. ~:.f.~~ ....... J \ ~-... 96707 /{S ~ ..... ~ . ."· .. ~ (CEJt:,~· ~ J' ..~~ ·······~: ,, 'ONAL ~~.;.-,,~,,,,..,,.., 01/19/2009 Copies submitted: 4 Hard Copies + 1 Electronic Copy The seal appearing on this document was authorized by Fadi Faraj, PE 96707 on January 19, 2009. Alteration of a sealed document without proper notification to the responsible engineer is an offense under the Texas Engineering Practice Act. The following lists the pages which complete this report: • Main Text -19 pages • Appendix A -11 pages • Plates -18 pages TABLE OF CONTENTS 1 EXECUTIVE SUMMARY ....................................................................................................... I 2 INTRODUCTION ................................................................................................................... 1 2.1 General ............................................................................................................................ 1 2.2 Geo technical Study Program ............................................................................................ 1 3 FIELD EXPLORATION ......................................................................................................... 1 3.1 General ............................................................................................................................ 1 3.2 Sampling Methods ............................................................................................................ 1 3.3 Groundwater Observations .............................................................................................. 2 , 4 LABO RA TORY TESTING ...................................................................................................... 2 5 SITE CHARACTERIZATION ................................................................................................ 2 5.1 General Geology .............................................................................................................. 2 5.2 Soil Stratigraphy ............................................................................................................... 2 5.3 Groundwater .................................................................................................................... 3 6 BRIDGE FOUNDATION RECOMMENDATIONS ............................................................. 3 6.1 General ............................................................................................................................ 3 6.2 Foundation ....................................................................................................................... 3 6.3 Drilled Shaft Axial Capacity ............................................................................................. 3 6.4 Lateral Capacity ................................................................................................................ 4 6.5 Group Effects .................................................................................................................. 4 6.6 Settlement ........................................................................................................................ 4 6. 7 Drilled Sh aft Construction Recommendations ................................................................ .4 7 RETAINING WALL RECOMMENDATIONS ...................................................................... 5 7.1 General ............................................................................................................................ 5 7.2 Lateral Pressures on Retaining Walls ................................................................................ 5 7.3 Bearing Pressure, Sliding and Overturning ....................................................................... 6 7.4 Mechanically Stabilized Earth Retaining Walls .................................................................. 7 8 GLOBAL STABILITY .............................................................................................................. 7 8.1 General ............................................................................................................................ 7 8.2 Retaining Wall Global Stability Results ............................................................................. 8 8.3 Embankments Slope Stability Results ............................................................................... 8 9 EMBANKMENT SETTLEMENT ANALYSIS ....................................................................... 8 9.1 General ............................................................................................................................ 8 9.2 Fill Settlement .................................................................................................................. 9 9.3 Foundation Settlement ..................................................................................................... 9 9.4 Abutment-Interior Bent Differential Settlement ............................................................. 10 9.5 Bridge Abutment to Embankment Differential Settlement.. ........................................... 10 10 PAVEMENT DESIGN RECOMMENDATIONS ................................................................ 11 10.1 General .......................................................................................................................... 11 10.2 Rigid Pavement Section .................................................................................................. 11 10.3 Rigid Pavement Thickness and Load Capacity ................................................................ 12 10.4 Preparation of Subgrade ................................................................................................. 12 11 SITE PREPARATION ........................................................................................................... 13 12 DESIGN REVIEW ................................................................................................................. 13 13 LIMITATIONS ....................................................................................................................... 13 PLATES SITE VICINITY ................................................................................................................................................ 1 GEOLOGY MAP ............................................................................................................................................. 2 PLAN OF BORINGS ...................................................................................................................................... 3 BORING LOGS ......................................................................................................................................... 4-10 KEY TO TERMS AND SYMBOLS ................................................................................................. 11 & 12 APPENDICES Appendi x GLOBAL STABILITY ANALYSIS ............................................................................................................. A 1 EXECUTIVE SUMMARY HVJ Associates, Inc. was retained by Freese and Nichols, Inc. to perform a geotechnical investigation for the proposed Clearfork Main Street Bridge crossing USACE channel in Fort Worth, Texas. We understand that the total length of the proposed bridge is about 1,100 feet . The purpose of this study is to provide design and construction recommendations for deep foundations for the proposed bridge, as well as recommendations for the proposed embankment. Subsurface conditions were evaluated by drilling and sampling a total of seven (J) borings . Two roadway borings were drilled to a depth of 15 feet and five bridge borings were drilled to a depth of 60 feet below the existing grade. A brief summary of the investigational findings are as follow: 1. Based on our field investigation, the subsurface soils are presented below: Roadway Borings CR-1 and R-2): The subsurface soils at the site generally consist of firm to hard sandy lean clays to the termination depth of 15 feet in boring R-1 and to a depth of about 12 feet in boring R-2, followed by very loose clayey sands to the termination depth of 15 feet below ground surface. Bridge Borings (B-1 though B-5): The subsurface soils at the site generally consist of firm to hard sandy lean clays in the upper 12 to 20 feet, followed by limestone to the termination depth of 60 feet below ground surface. Very loose to dense clayey sands were encountered at a depth of about 12 feet in boring B-2 and at a depth of about 13 feet in boring B-5. Weathered limestone was encountered in boring B-2 at a depth of about 21 feet. Clayey gravels were encountered at a depth of about 18 feet in boring B- 4. 2. During the drilling operations groundwater was encountered in borings R-2, B-3, B-4 and B-5 at a depth below the ground surface of 12, 22, 8 and 21 feet, respectively. It should be noted that groundwater levels determined during drilling may not accurately reflect the true groundwater conditions, and therefore should only be considered as approximate. It should also be noted that groundwater levels might fluctuate seasonally and with climatic conditions. 3. We recommend using straight shaft penetrating to a minimum depth of three shafts diameter or 10 feet into the intact limestone. An allowable end bearing of 30 tsf and allowable skin friction of 3.0 tsf in the limestone can be used. Intact rock was encountered below depth 25 feet below existing ground surface in borings B-1 through B-3, below depth 30 feet in boring B-4, and below depth 45 feet in boring B-5. 4. Our calculations indicate that the proposed retaining walls meet the recommended factors of safety for bearing, sliding, and overturning except for retaining walls ranging in height between 20 to 30 feet on the southeast side of the bridge (Close to B-5). At these locations we recommended extending the reinforcement straps to be equal to the full wall height instead of 0. 7 times the wall height. 5. We have performed global slope stability analysis based on the proposed cross sections. Our calculations indicate that the retaining walls meet the recommended factors of safety for short term and long term stability. The factor of safety for the global slope stability of the MSE walls was calculated as 2.32 for the short term loading condition and 1.37 for the long term loading condition. 6. Consolidation settlements of the natural soil beneath the embankment and retaining wall were estimated at the corner and along the edge of the retaining wall for the full embankment height to investigate retaining wall differential settlement. Our calculations indicate an estimated settlement at the edge of the retaining wall of 2.2 inches, and at the corner of the retaining wall of 1.3 inches. The estimated differential settlement of the wall at the abutment is 0.9 inches . 7. The following table summarizes the pavement design thickness recommendations: Street Classification Minimum Recommended Concrete Pavement Thickness (in) Collector with 100,000 annual ESAL, 8.5 1.5% growth rate, and 25 years design life Four-lane Collector with 200,000 annual ESAL, 2.0% growth rate, and 30 years 10 design life Arterial with 300,000 annual ESAL, 3.0% 11 growth rate, and 30 years design life Please note that this executive summary does not fully relate our findings and opinions. These findings and opinions are only presented through our full report. 11 2 INTRODUCTION 2.1 General HVJ Associates, Inc. was retained by Freese and Nichols, Inc. to perform a geotechnical investigation for the construction of a bridge along Stonegate Boulevard to cross USACE channel in Fort Worth, Texas. The purpose of this study is to provide design and construction recommendations for deep foundations for the proposed bridge. We understand that the total length of the proposed bridge is about 1,100 feet. A site vicinity map is presented on Plate 1. 2.2 Geotechnical Study Program The primary objectives of this study were to gather information on subsurface conditions at the project site and to develop design and construction recommendations for the proposed foundations. The objectives were accomplished by: 1. Drilling seven (7) soil borings to determine soil stratigraphy and to obtain samples for laboratory testing; 2. Performing laboratory tests to determine physical characteristics of the soils, and 3. Performing engineering analyses to develop design guidelines and recommendations for the proposed structure. Subsequent sections of this report contain descriptions of the field exploration, laboratory testing program, general site and subsurface conditions, design recommendations, and construction considerations. 3 FIELD EXPLORATION 3.1 General The field exploration program undertaken for the project was performed on June 17 through June 24, 2008. Subsurface conditions were evaluated by drilling and sampling a total of seven (7) borings. Two (2) roadway borings were drilled to a depth of 15 feet and five (5) bridge borings were drilled to a depth of 60 feet below the existing grade. A site plan showing the approximate boring locations is presented on the Plan of Borings, Plate 3. 3.2 Sampling Methods Samples were obtained continuously to a depth of 10 feet and at 5-foot intervals thereafter. Cohesive soil samples were obtained with a three-inch thin-walled (Shelby) tube sampler in general accordance with ASTM D-1587 standard. Granular cohesionless soils were sampled with the Standard Penetration Test (SP'I) sampler in accordance with ASTM D1586 standard. Each sample was removed from the sampler in the field, carefully examined and then classified. The shear strength of the cohesive soils was estimated by a hand penetrometer in the field. Suitable portions of each sample were sealed and packaged for transportation to our laboratory. Augering was performed when rock was encountered and TxDOT cone penetrometer test was performed at approximately 5-foot intervals in the rock. The test consists of driving a 3-inch diameter cone with a 170-pound hammer, which is dropped for a distance of 2 feet. The cone is seated and driven to 12 blows or 12 inches whichever comes first. Then it is driven for two 1 consecutive 6-inch increments, and the blow counts for each increment are noted. In hard materials, the cone is driven with the resulting penetration in inches recorded for the SO blows . The numbers of blows for each 6-inch increment and/ or the amount of penetration for each SO blows are presented on the boring logs presented on Plates 4 through 10. Detailed descriptions of the soils and rocks encountered in the boring are given on the boring logs presented on Plates 4 through 10. Keys to the terms and symbols used for soil and rock classification on the boring logs are also included on Plates 11 and 12. 3.3 Groundwater Observations Groundwater levels in the borings were observed during the drilling operations. The water levels measured during drilling are reported on the boring logs, which are presented on Plates 4 through 10. 4 LABORATORY TESTING Selected soil samples were tested in the laboratory to determine applicable physical and engineering properties. All tests were performed according to the AS1M standards. These tests consisted of moisture content measurements, Atterberg limits, percent finer than No. 200 sieve, unconfined compression (UC), and unit dry weight tests. The moisture content, Atterberg limits, and percent finer than No. 200 sieve results were utilized to verify field classifications by the Unified Soils Classification System. The unconfined compression tests were performed to obtain the undrained shear strength of the soil. The type and number of tests performed for this investigation are summarized in the following Table: Type of Test Number of Tests Moisture Content (ASTM D2216) 14 Atterberg Llmits (ASTM D4318) S Percent Passing No. 200 Sieve (AS1M D1140) 6 Hand Penetrometer 9 Unconfined Compression (UC) (AS1M D 2166) 2 Unit Dry Weight (AS1M D 2166) 2 The laboratory test results are presented on the boring logs on Plates 4 through 10. 5 SITE CHARACTERIZATION 5.1 General Geology According to the University of Texas at Austin, Bureau of Economic Geology "Geologic Atlas of Texas Dallas Sheet," the project area lies within the surface expression of Alluvium (map symbol Qal) and Fluviatile (map symbol Qt) deposits underlain by Fort Worth Limestone (map symbol Kfd) and Duck Creek Formation (map symbol Kdc). The Alluvium and Fluviatile deposits mainly consist of flood-plain deposits including gravel, sand, silt, silty clay, clay and organic matter. The Fort Worth Limestone is mainly represented by aphanitic to biosparite, burrowed limestone weathers and calcareous day. The Duck Creek Formation consists of aphanitic and partially biodastic, locally burrowed limestone and weathers. Geology map is presented on Plate 2. 5.2 Soil Stratigraphy Our interpretation of soil and groundwater conditions at the project site is based on information obtained at the boring locations only. This information has been used as the basis for our 2 conclusions and recommendations. Significant variations at areas not explored by the project borings may require reevaluation of our findings and conclusions. Based on our field investigation, the subsurface soils observed are presented below: Roadway Borings (R-1 and R-2): The subsurface soils at the site generally consist of firm to hard sandy lean clays to the termination depth of 15 feet in boring R-1 and to a depth of about 12 feet in boring R-2, followed by very loose clayey sands to the termination depth of 15 feet below ground surface. Bridge Borings (B-1 though B-5): The subsurface soils at the site generally consist of firm to hard sandy lean clays in the upper 12 to 20 feet, followed by limestone to the termination depth of 60 feet below ground surface. Very loose to dense clayey sands were encountered at a depth of about 12 feet in boring B-2 and at a depth of about 13 feet in boring B-5. Weathered limestone was encountered in boring B-2 at a depth of about 21 feet . Clayey gravels were encountered at a depth of about 18 feet in boring B-4. Detailed descriptions of the materials encountered in the borings are given on the boring logs presented on Plates 4 through 10 . Key to the terms and symbols used for soil and rock classification on the boring logs is given on Plate 11 and 12. 5.3 Groundwater During the drilling operations groundwater was encountered in borings R-2, B-3, B-4 and B-5 at a depth below the ground surface of 12, 22, 8 and 21 feet, respectively. It should be noted that groundwater levels determined during drilling may not accurately reflect the true groundwater conditions, and therefore should only be considered as approximate. It should also be noted that groundwater levels might fluctuate seasonally and with climatic conditions. 6 BRIDGE FOUNDATION RECOMMENDATIONS 6.1 Genera! We understand that the project involves the design and construction of a bridge along Stonegate Boulevard to cross USACE channel in Fort Worth, Texas. We understand that the total length of the proposed bridge is about 1,100 feet. 6.2 Foundation Foundations for the structure must satisfy two basic design criteria. First, bearing pressure transmitted to the foundation soils should not exceed the allowable bearing pressures computed with an adequate factor of safety. Second, foundation movement due to soil volume change must be within desirable limits. A deep foundation system will be required for foundation support. 6.3 Drj]]ed Shaft Axial Capacity It is recommended that the proposed bridges be supported on a system of drilled straight shaft piers. Drilled shafts should be founded a minimum of three shaft diameter or 10 feet into the layer of intact limestone. Intact rock was encountered below depth 25 feet below existing ground surface in borings B-1 through B-3, below depth 30 feet in boring B-4, and below depth 45 feet in boring B-5. The piers should be sized for an allowable end bearing of 30 tsf and an allowable skin friction of 3.0 tsf in the limestone . Due to the difference in strength, the upper soils above the limestone should 3 be neglected in skin friction calculations. Care should be taken to termin.ate the shafts in an intact layer of limestone instead of the softer layers occasionally encountered. We recommend a minimum shaft penetration of three times the shaft diameter or 10 feet into the intact limestone, whichever is greater. Settlements for properly constructed drilled shafts should be less than one inch. For tension loads we recommend using uplift resistance of 2/3rd of the allowable skin friction in the limestone (i.e. an allowable uplift resistance of 2.0 tsf in the limestone). 6.4 Lateral Capacity Foundation elements often have to withstand significant lateral loads in addition to axial loads. Wind forces on bridges are forms of lateral loading. Lateral loads on a drilled shaft will be countered by the mobilization of resistance in the surrounding soils as the shaft deflects. The lateral load capacity of the shaft, therefore, will depend on its relative stiffness, and the strength of the surrounding soils . A rational analysis of a problem involving lateral loading on a shaft must consider the interaction of the soil and the structure. Equilibrium of forces and compatibility of displacements throughout the total system are the two fundamental conditions that are to be satisfied in the analysis. If high lateral loads must be resisted with vertical shafts, a detailed study should be done to provide lateral load capacity curves. Lateral load analysis should be performed using softwares such as LPILE. 6.5 Group Effects Groups of shafts should have a center-to-center spacing of at least 2.SD when designing foundations using one row group of shafts and 3D for foundations using two or more rows of shafts where D is the diameter of the shaft. For greater spacing, the total capacity will be equal to the sum of the capacities of the individual shafts in the group. The group capacity may be less than the sum of individual capacities at closer spacing. If spacing smaller than 3D is planned, HVJ Associates, Inc. should be contacted to assess group capacity. 6.6 Settlement Movements will consist generally of elastic shortening of the shaft and soil deformation at the shaft tip. It is our opinion that shaft head settlement will be less than 1 inch at interior bent foundation locations. 6.7 Drjjjed Shaft Construction Recommendations Drilled shaft construction and installation should follow TxDOT Standard Specification Item 416, TxDOT Construction Bulletin C-9, and ACI 336.1-89. Slurry displacement methods for drilled shaft construction are allowed under TxDOT Standard Specifications. Presented below are a few specific recommendations. 1. Drilled shaft excavations should be inspected for verticality and side sloughing. Verticality is specified at one inch in ten feet of the shaft length, and should be checked to the full depth of dry augering prior to introducing drilling mud. 2. Before placing concrete, the shaft bottom should be cleaned out with a drilling bucket in order to remove any sediments that may not be displaced by the concrete. The shaft bottoms should be cleaned with a "clean-out" bucket until rotation on the bottom without crowd (i.e. penetration under force) produces little spoil. Probing after clean out is essential to verify the condition of the base of the shaft. 4 7 7.1 3. Concrete placement should be accomplished as directed in TxDOT Standard Specification Item 416.3.F. The tremie pipe diameter should be at least eight times as large as the largest concrete aggregate size. 4. A computation of the final concrete volume for each shaft should be made. Shafts taking an unreasonably high or low volume of concrete should be cored to check their integrity. 5. Due to the fact that clayey sand and clayey gravel layers were encountered in some of the borings at a depth ranging from 13 feet to 18 feet, and the ground water was encountered in some of the borings at a depth ranging between 8 and 22 feet, we anticipate that casing or slurry will be needed to prevent caving in. If casing is used it should be extracted slowly and smoothly with a vibratory hammer. The casing should always remain at least one foot below the level of the concrete during placement. Our analyses assume no casing will be left in place. We should be informed if casing will be left in place so we may provide revised shaft capacity calculations. 6. Shaft excavations should not be made within three shaft diameters (edge to edge) of shafts that have been concreted within the last 24 hours . RETAINING WALL RECOMMENDATIONS General Based on the information provided to us by Freese & Nichols, Inc., the maximum height of the planned mechanically stabilized earth (MSE) retaining walls will be approximately 30 feet. The retaining walls will be on-grade, and must be designed to resist lateral active earth pressures. This section describes the earth forces that must be considered when designing MSE retaining walls for overall sliding, bearing capacity, and overturning stability. For MSE retaining walls, additional design is required to determine the width and length of reinforcement strips considering such factors as the spacing between reinforcing strips and the material used to construct the strips. The MSE retaining wall subcontractor typically carries out such design. 7.2 Lateral Pressures on Retaining Walls The pressure which soil can be expected to exert on a retaining wall is mainly a function of the type of backfill and its method of placement. Over-compaction of backfill behind walls and utilization of highly plastic expansive clay backfill are practices that generally produce the highest wall pressures and should be avoided. In these conditions horizontal earth pressures exceeding the vertical earth pressure can be expected. Backfill selection and method of placement are critical design assumptions for the retaining walls. Design lateral pressures for retaining walls may be calculated for each backfill type using the following equivalent fluid densities for drained level backfill shown in the Table 7-1 below: 5 Table 7-1-Lateral Earth Pressure of Retaining Wall Backfill Fill Type Type A or Type D Backfill Type C Backfill Equivalent Fluid Density (pd) 45 65 TxDOT allows the use of Type A or Type D backfill behind the retaining wall in accordance with Item 432. Type D is intended for use in MSE walls that are subjected to inundation. The effects of traffic loads can be treated as an additional two feet of equivalent fluid extending above the top of the wall. For cases where an embankment is placed above the top of the wall, lateral pressures should be calculated assuming an equivalent fluid density 15 pcf higher than that quoted in the above table for slopes no steeper than 3(H):1 (V). In addition to the higher lateral pressure, a vertical load is applied to the back of the retaining wall due to the presence of the slope. This vertical force may be calculated assuming 10, 20 and 40 pounds per foot of wall height per foot of wall width that are developed in bank sand, select cohesive and on site cohesive soils, respectively, for slopes no steeper than 3(H):1 (V). 7.3 Bearing Pressure, Sliding and Overturning Mechanically stabilized earth retaining walls require stability evaluation for bearing pressure, sliding and overturning. The following table summarizes the minimum recommended factors of safety for bearing pressure, sliding and overturning. Table 5-2 -Minimum Recommended Factors of Safety Stability Condition Bearing pressure Sliding Overturning Minimum Factor of Safety Recommended 2.0 1.5 2.0 We have evaluated the factors of safety for the retaining walls based on the available cross sections and the results are summarized in the Table 7-3. Table 7-3-C C ate actors o a etv alul dF fSfi Computed Factor of Safety Wall Wall Soil Shear Strength at Location Height (ft) Foundation Depth (psf) Bearing Sliding Overturning Pressure Northwest Side (Close Up to 30 2500 2.52 2.38 3.30 to B-1) Southeast Side (Close Up to 20 1700 2.32 2.18 2.89 to B-5) 6 Computed Factor of Safety Wall Wall Soil Shear Strength at Location Height (ft) Foundation Depth (psf) Bearing Sliding Overturning Pressure Southeast Side (Close 20 to 30 1700 1.70* 2.02 3.30 to B-5) * Indicates lower than recommended factor of safety Our calculations indicate that the proposed retaining walls meet the recommended factors of safety for bearing, sliding, and overturning except for retaining walls ranging in height between 20 to 30 feet on the southeast side of the bridge (Close to B-5). At these locations we recommended extending the reinforcement straps to be equal to the full wall height instead of 0. 7 times the wall height. 7.4 Mechanically Stabilized Earth Retaining Walls Mechanically stabilized earth retaining walls require detailed design related to the configuration of reinforcement within the stabilized backfill. The MSE wall subcontractor generally performs such design . Backfill material and construction for the MSE wall should be in accordance with Item 423.2 ofTxDOT Standard Specification. TxDOT allows the use of Type A or Type D backfill behind the retaining wall in accordance with Item 432. Type D is intended for use in MSE walls that are subjected to inundation. Leveling pads for MSE retaining walls should be constructed at least two feet below the lowest adjacent finished grade . The contractor should check the reinforcing strip design for safety against strip breakage, strip adherence, and strip corrosion. MSE retaining walls should be designed in accordance with TxDOT Standard Drawing No. MSE(RW). The stabilized mass width shown on the standard drawing should be considered a minimum value and does not relieve the contractor from his responsibility to check the reinforcing strip length required to ensure a stable wall. Embankment fill retained by MSE retaining walls is typically specified as Type C fill in accordance with TxDOT Standard Specification Item 132. 8 8.1 GLOBAL STABILITY General Several methods of slope stability analysis are available. We used Bishop's circular to calculate the factor of safety against instability for the MSE walls and sloped embankments. Bishop's circular method was used when a uniform clay layer existed beneath the MSE wall. Slope stability analyses were conducted using a microcomputer version ofWINSTABL2 slope stability program that calculates the factor of safety against slope failure using a two-dimensional limiting equilibrium method. Critical failure surfaces generated by this software as well as output files are presented in Appendix A. The TxDOT Geotechnical Manual requires a minimum factor of safety of 1.3 for rotational stability. The factors of safety represent the calculated resisting forces and moments divided by the calculated driving forces and moments of the various potential failure surfaces analyzed. These forces and moments are based on the estimated unit weights and shear strengths of the various soils in the slope profile. Accordingly, a factor of safety of 1.0 indicates impending failure. The larger the 7 factor of safety above 1.0 the lower the risk that the slope will fail. As a practical matter, and in consideration of the variables and unknowns involved, the risk cannot be reduced to zero. The goal is to reduce the risk of slope failure to a reasonable and acceptable level, with due consideration of the consequences of failure . Global stability analyses were performed for the end of construction case and long-term case for embankments. Since flooding of the embankment is not anticipated, rapid drawdown case was not considered. The soil parameters used in each case are discussed below and were estimated based on the field and laboratory data developed for this investigation. • End of Construction. The end of construction case models the initial undrained condition of the soil. For this analysis, unconsolidated undrained soil parameters were used. The soil parameters used in the analysis of the slope stability analysis for this condition are presented in Appendix A. • Long Term. The long-term design case represents steady state piezometric and stress conditions. When embankment is constructed, altered stress conditions create pore pressure changes and the undrained strength of the embankment soils is mobilized. After time, these pore pressures drain and drained shear strength conditions govern the embankment global stability. Long-term effective soil parameters used for this model are presented in Appendix A. 8.2 Retaining Wall Global Stability Results We have performed retaining wall global stability analysis based on the proposed cross sections. Our calculations indicate that the retaining walls meet the recommended factors of safety for short term and long term stability. The factor of safety for the global slope stability of the MSE walls was calculated as 2.32 for the short term loading condition and 1.37 for the long term loading condition. Results of retaining wall global stability analysis are presented in appendix A. However, as mentioned earlier, our calculations indicate that the proposed retaining walls do not meet the recommended factor of safety for bearing for retaining walls ranging in height between 20 to 30 feet on the southeast side of the bridge (Close to B-5). At these locations we recommended extending the reinforcement straps to be equal to the full wall height instead of 0. 7 times the wall height. 8.3 Embankments Slope Stability Results We have performed global slope stability analysis for the sloped embankment based on the proposed cross sections. We have assumed an embankment height of 25 feet close to borings B-1 and B-2. Our calculations indicate that the embankments with slope of 3(H):1(V) meet the recommended factors of safety for short term and long term stability. The factor of safety for the embankment slope stability was calculated as 1.80 for the short term loading condition and 1.59 for the long term loading condition. Results of slope stability analysis are also presented in appendix A. 9 EMBANKMENT SETTLEMENT ANALYSIS 9.1 General Settlement analyses were performed for the proposed embankments that will be constructed for the project. Based on information provided to us by Freese & Nichols, Inc. we understand ~at the proposed maximum embankment heights considered is approximately 25 feet on the west side an~ 30 feet on the east side of the bridge. We also understand that the length of the embankment 1s 8 approximately 1,350 feet on the west side and 500 feet on the east side of the bridge, and the width of the embankment is approximately 80 feet on both sides of the bridge. Embankment settlement will include settlement of the fill material for the construction of embankment and settlement of existing soils beneath the embankment. The following sections discuss the fill and foundation settlement that will have impact on the final constructed facilities. 9.2 Fill Settlement In general, we believe that settlement of the fill material placed above the natural soils will be substantially complete within a few months of completion of filling assuming that good quality fill material is used and that proper construction procedures are employed. Where water is allowed to flow through the embankment fill erosion of the fill may occur, this can lead to settlement of the anchorage and pavement. Also, where poor compaction of the fill is performed unusually large settlements may occur, and that settlement may continue for a long time . We believe that fill settlement will be substantially complete within a few months for granular fill and for low plasticity clay fill . For high plasticity clay fill settlement may occur within the fill for longer periods. We expect that clay fill with a liquid limit higher than about 45 placed with moisture content higher than about one percent above optimum moisture may continue to settle for as long as several years after filling is complete. For high plasticity fill placed several percent wet of optimum moisture content the total settlement that may occur after six months from the end of filling may be up to 0.5% of the fill height. If high plasticity fill is placed several percent dry of optimum the amount of settlement that may occur after six months will be negligible; however, high plasticity fill placed in this condition may swell causing pavement heave. Our experience shows that clay fill placed in the area often achieves acceptable density at moisture contents one percent above optimum, and in the winter months such fill is often accepted since drying the fill is practically impossible at that time of the year. In the summer months clay fill often achieves acceptable densities at moisture contents lower than 3% below optimum moisture content, and this fill is often accepted since wetting the clay is time consuming in the summer months. Both conditions can cause fill movement and may result in unacceptable levels of differential movement. For the purposes of the settlement analysis we have assumed that fill settlement will be complete within a few months of filling. If clay fill with a liquid limit higher than 45 is used in the embankment very careful moisture control during compaction will be needed to satisfy this assumption. We recommend that the General Note describing the Fill material include a requirement that the moisture condition of fill with a liquid limit greater than 45 be controlled during compaction such that it is within the range of 2% below to 1 % above optimum moisture content. 9.3 Foundation Settlement Existing soils will undergo immediate elastic settlements and long-term consolidation settlements. Elastic settlement of the on-site soils should occur within a few months after embankment construction, and should have little impact on the final constructed facilities. As part of the study, we performed consolidation settlement analyses of the embankment foundation soils based on our laboratory tests and soil conditions encountered in the soil borings. Foundation soils are defined as the natural soils located beneath the embankment or retaining wall. Consolidation settlements of the natural soil ben~~th the embankment and retaining wall were estimated at the corner and along the edge of the retammg wall for the full embankment height to investigate retaining wall differential settlement. The following table summarizes our calculations estimated settlement: 9 Location Settlement at Settlement at Differential Edge of Retaining Comer of Settlement of Wall-(Center of Retaining Wall -Retaining Wall at Abutment) (Center of Abutment Abutment) (in) (in) (in) Embankment on West Side of 1.9 1.1 0.8 Bridge Embankment on East Side of 2.1 1.3 0.8 Bridge 9.4 Abutment-Interior Bent Differential Settlement As discussed earlier, it is possible that the consolidation settlement of soils at the abutment due to the embankment fill may cause settlement of the abutment foundation. The amount of abutment foundation settlement that will occur depends on the elevation of the shaft base. For shafts extending to limestone, little settlement due to that layer will impact the abutment foundations . If the interior bent is far enough away from the embankment, its settlement will not be impacted by the consolidation settlement due to placement of the embankment. If the abutment foundations extend into limestone then the differential settlement between the abutment and interior bent is expected to be less than 1/2 inch. In considering the foundation depth for design the following should be considered: • The differential settlement between the abutment and the embankment fill, • The differential settlement between the interior bent and the abutment, and • The schedule for construction of the abutment foundations relative to the embankment construction. To the extent deepening the abutment foundations reduces the differential settlement between the interior bent and abutment; it will increase the differential settlement between the abutment and the embankment fill. Please see Section 9.5 for further discussion of the differential settlement between the embankment fill and abutment. 9.5 Bridge Abutment to Embankment Differential Settlement Differential movement along the pavement extending from the bridge abutment out onto the fill adjacent to the abutment should be considered during design. Any differential settlement between the embankment and bridge abutment that occurs after paving will be concentrated near the bridge abutment since the bridge is supported on deep foundations that will settle less than the embankment after paving occurs. Since our calculations indicate a maximum foundation soil settlement of 2 .2 inches, we recommend placing the pavement several months after completion of the embankments. We understand that the construction schedule allows for a period of 6 months between the completion of the embankment and the placement of the pavement. We estimate the 10 rema.mmg foundation soil settlement after 6 months to be less than 1 inch. In any case, we recommend that an approach slab be included in the design that is capable of gradually transitioning the anticipated settlement so that ride quality is not adversely affected. 10 PAVEMENT DESIGN RECOMMENDATIONS 10.1 General We understand that the project will also involve pavement design, and three alternative street classifications are being considered: 1.) Collector with 100,000 annual ESAL, 1.5% growth rate, and 25 years design life 2.) Four-lane Collector with 200,000 annual ESAL, 2.0% growth rate, and 30 yea.rs design life 3.) Arterial with 300,000 annual ESAL, 3 .0% growth rate, and 30 yea.rs design life 10.2 Rigid Pavement Section The recommendations presented in this report for the pavement design were developed in accordance with the "AASHTO Guide for Design of Pavement Structures", 1993 Edition. The design procedure for determining concrete slab thickness for rigid pavement is based on an extension of the algorithms that were originally developed from the AASHTO Road Test. The categories required for the design of pavement includes: (a) design variables, (b) performance criteria, (c) pavement structural characteristics, (d) material properties for structural design, and (e) reinforcement variables. Parameters relative to these categories are discussed below. Reliability Level and Overall Standard Deviation. A reliability level (R) of 95 percent was selected for the pavement design performance. A mean value of the overall standard deviation (So) was selected to be 0.35 for rigid pavement. Serviceabj)jty. The serviceability of a pavement is defined as its ability to serve the type of traffic that uses the facility. The condition of the pavement after the performance period is characterized by a Terminal Serviceability Index (P ~' which is a function of the pavement structure. We recommend that a Terminal Serviceability Index of 2.5 be used for all pavements. Since the time at which a given pavement structure reaches its terminal serviceability depends on traffic volume and the original or initial serviceability (P 0 ), some consideration also must be given to the selection of P 0 • As obtained at the AASHTO Road Test, a P O value of 4.5 was selected. Drainage. The treatment for the expected level of drainage for a rigid pavement is through the use of a drainage coefficient, Cd. A Cd value of 1.2 was selected for good quality of drainage. We have assumed that good quality drainage will be used on this project. Load Transfer. The load transfer coefficient, J, is a factor used in rigid pavement design to account for the ability of a concrete pavement structure to transfer load across discontinuities, such as joints. Based on the values developed by AASHTO, a mean value of the load transfer coefficient 0) of 3.2 was selected for the design of jointed reinforced concrete pavement with tied curbs. I ,oss of Support. This factor, LS, was included in the design of rigid pavement to account for the potential loss of support arising from sub base erosion and/ or differential vertical soil movement. An LS value of 1.0 was selected according to the AASHTO suggestion for the condition of stabilized soils beneath the pavement. 11 Effective Modulus of Subgrade Reaction. Based on the subgrade soils encountered, we have estimated a subgrade resilient modulus of 1,800 psi. Based on the loss of support factor (LS) described previously (LS=l.O), an effective modulus of subgrade reaction (k) was found to be 61 pci. Concrete Elastic Modulus and Modulus of Rupture. A mean value of 600 psi for S'c was selected for the design. A value of 3.12 x 106 psi was used for the modulus of elasticity of the concrete (Ee) using the correlation recommended by the American Concrete Institute. Ee= 57,000(f'c)O ·S Where, Ee = elastic modulus of concrete in psi and, f'c = compressive strength of concrete in psi; a value of 3000 psi is used here. 10.3 Rigid Pavement Thickness Based on the above parameters, we calculated the minimum concrete pavement thickness for the three different street classification alternatives. The following table summarizes our findings: Street Classification Minimum Recommended Concrete Pavement Thickness (in) Collector with 100,000 annual ESAL, 1.5% 8.5 growth rate, and 25 years design life Four-lane Collector with 200,000 annual ESAL, 10 2.0% growth rate, and 30 years design life Arterial with 300,000 annual ESAL, 3.0% 11 growth rate, and 30 years design life In addition, we recommend that six inches of the subgrade soils be stabilized with 6% lime by dry weight if the subgrade soil is cohesive type (fat clays, sandy clays, lean clays, sandy lean clays ... ), or 2% lime and 8% fly ash by dry weight if the subgrade soil is cohesionless type (sands, clayey sands ... ). The 6% lime will be equivalent to 40 pounds per square yard. The 2% lime and the 8% fly ash will be equivalent to 10 and 40 pounds per square yard, respectively. The above amounts for stabilization are provided for estimation purposes. The exact amount of lime and fly ash should be determined by testing the exposed subgrade during construction. 10.4 Preparation of Subgrade The subgrade soils along the pavement alignment generally consist of both cohesive and cohesionless soils. We recommend that at least six inches of the subgrade be stabilized. Stabilization of the subgrade should increase the modulus of subgrade reaction and provide subgrade stability for construction during inclement weather. In addition, subgrade stabilization should enhance long-term pavement performance by reducing the tendency of the soil to displace by pumping. We recommend the following procedures for subgrade preparation. 1. Clear the existing pavement section. 12 2. Strip the surface soil to suitable depths. In areas where soft, compressible or loose soils are encountered, additional stripping may be required. Stripping should extend a minimum of two feet beyond the edge of the proposed pavement where possible. 3. Surfaces exposed after stripping should be proof-rolled in accordance with TxDOT Standard Specification Item 216 or equivalent City of Fort Worth specification. If rutting develops, tire pressures should be reduced. The purpose of the proof-rolling operation is to identify any underlying zones or pockets of soft soils and to remove such weak materials. 4. Before stabilizing the subgrade, scarify the upper eight inches of exposed surface as required, mix with lime if subgrade soils are cohesive or lime and fly ash if subgrade soils are cohesionless, and compact it to 95 percent of standard proctor maximum dry density (AS1M D698). The amount of lime or lime and fly ash shall be determined for subgrade soils by conducting laboratory tests on the exposed subgrade material during construction. 11 SITE PREPARATION The site should be cleared, grubbed and stripped of all organic material, soft soils and foreign material within the proposed development area. Stripped areas should be appropriately graded and shaped to prevent ponding of water. Pumping may occur if the site becomes wet. All subgrade soils should be proof rolled in accordance with TxDOT Standard Specifications prior to placement of fill or paving. Fill material that is used should be placed and compacted in accordance with TxDOT Standard Specifications. 12 DESIGN REVIEW HVJ Associates, Inc. should review the design and construction plans and specifications prior to release to make certain that the geotechnical recommendations and design criteria presented herein have been properly interpreted. 13 LIMITATIONS This investigation was performed for the exclusive use of Freese and Nichols, Inc. for the proposed Clearfork Main Street Bridge crossing USACE channel in Fort Worth, Texas. HVJ Associates, Inc. has endeavored to comply with generally accepted geotechnical engineering practice common in the local area. HVJ Associates, Inc. makes no warranty, express or implied. The analyses and recommendations contained in this report are based on data obtained from subsurface exploration, laboratory testing, the project information provided to us and our experience with similar soils and site conditions. The methods used indicate subsurface conditions only at the specific locations where samples were obtained, only at the time they were obtained, and only to the depths penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist between sampling locations. Should any subsurface conditions other than those described in our boring logs be encountered, HVJ Associates, Inc. should be immediately notified so that further investigation and supplemental recommendations can be provided. 13 PLATES 11111 lir .ir I 5,ho res fllore Spr ng ,, I r b -.. ~ -'I,,, !o :r ·:::,- 0 .... ,--'-.. \ / '1,illian (> 9200 }une Arthur Dr. Dallas , TX 75247 214-678.0227 214-678-0228 Fax ASS0C1ATU __ --r----------,-------· DATE : 08 /20/2008 APPROVED BY : FF SITE VICINITY PLAN Stonegate Boulevard Bridge PREPARED BY : DK PROJECT NO .: DG0811520 DRAWING NO.: PLATE I DATE : 08/20/2008 9200 Kine. Arthur Dr. Dall as , TX 75247 21 4-678 -0227 214·678-0228 Fax APPROVED BY : FF GEOLOGY MAP Stoneate Bou leva rd Bridee PREPARED BY : DK PROJECT NO .: DRAWING NO .: DG08 11 520 PLATE 2 9200 Kin e. Arthur Dr . Da llas, TX 75247 214-678-0227 214-678-0228 Fax ASSOCIAHS __________ ~----------- DATE: 0 8/20 /200 8 APP ROVED BY : FF PLJ\N OF BOP~TNGS Sto neQa te Bou leva rd Brid Qe PREPARED BY : DK PROJECT NO .: DRAWING NO .: 000 8 11 520 PLA TE 3 Project: Stonegate Boulevard Bridge Boring No.: 8-1 Groundwater during drilling: --- Groundwater after drilling: LOG OF BORING Date: 6/18/2008 Northing: -- Easting: -- ELEV. DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION UJ c..?> zw ciicii U>o <(O a."' ~ cii zu. UJ () oa. ~ Project No.: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH, TSF • • .. )K 0.5 1.0 1.5 2.0 ~o z 0 MOISTURE O CONTENT, % 1------'----------+--------------------t----t---i PLASTIC LIMIT ~ LIQUID LIMIT -, Q. (!) ui (!) 0 ii: a, w ~ z g U) 0 N ~ co 0 0 (!) z 0 5 10 15 20 25 30 ii: 35 g Shear Types: ...J 0 U) LL 0 (!) THO 50/0.5", 50/0.25" THO 50/0.0", 50/0.0" · ·veri ·stitt"to "tiar,( ·,ig"tii ·brawri· arici ·g,-a"y ·sA·Novi°EAN · · · · · CLAY(CL) -w/ gravel 0'-4' -w/ calcium nodules 4'-8' .. i.."igtii "iciii aiici"gray· i.."1iliiEsfoNe .............................. . 62 56 • = Hand Penet. •= Torvane A = Unconf. Comp . g ...._ __________ _ 10 20 30 40 50 60 70 80 90 113 6.7 115 * = UU Triaxial PLATE 4a b (!) ~ ~ (!) w (!) C ii: en ~ z ~ en 0 N "' "' 0 C (!) z ii: 0 en ...J 5 en IL 0 (!) 0 Project: Stonegate Boulevard Bridge Boring No.: B-1 Groundwater during drilling: --- Groundwater after drilling: --- LOG OF BORING Date: 6/18/2008 Northing: -- Easting: -- ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w C!>> zW ciicii Ulo ~~ ~o I'.: cii ZlL WU Oo.. ir Project No.: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH, TSF • • ... )j( 0.5 1.0 1.5 2 .0 z 0 MOISTURE O CONTENT, % t-----~--------+--------------------+---4-----. PLASTIC LIMIT 1-----; LIQUID LIMIT ~35 >-40 -45 -so -55 ~10 Shear Types: THO 50/1 .0", Light tan and gray LIMESTONE 50/0.25" THO 50/0.5", 50/0.25" THO 50/1 .0", 50/0.25" THO 50/0.75", 50/0 .25" THO 50/0.75", 50/0.25" THO 50/0.75", 50/0.25" • = Hand Penet. • = Torvane 10 20 30 40 50 60 70 80 90 () ) • = Unconf. Comp. * = UU Triaxial PLATE 4b -'L------------ -, a. q w (!) 0 oc II) w ~ z ~ 0 "' ~ a:, 0 0 (!) z oc 0 II) ...J 0 (/) u. 0 (!) 0 Project: Stonegate Boulevard Bridge Boring No.: B-2 Groundwater during drilling: --- Groundwater after drilling : LOG OF BORING Date: 6/24/2008 Northing: -- Easting : -- ELEV. DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w Cl> zW iii iii cno <(O a."' ~a ~ iii ZLL W(.) oa. ~ Project No.: DG0811520 Elevation : Station: -- Offset: -- SHEAR STRENGTH , TSF • • • )I( 0 .5 1.0 1.5 · 2.0 0 z 0 MOISTURE O CONTENT, % ----~--------;--------------------t---t-----1 PLASTIC LIMIT 1-------i LIQUID LIMIT 0 5 10 15 20 25 30 35 Shear Types: THD 30 /6.0", 30/6 .0" · 'veri siitt: iigtii brown ·sA.Ni:i<'i..°EAr-.i'cLA'i'ic:Lf · · · · · · · · .. · calcium nodules .. Tan ·c·LA YEY0 SAND (SC) 'wi gravei .......................... . Tan WEATHERED LIMESTONE Gray LIMESTONE 26 THD 50/0.5", 52 50/0.0" THD 50/0.5", 50/0 .0" • = Hand Penet. •= Torvane A = Unconf. Comp. 10 20 30 40 50 70 80 90 108 0 * = UU Triaxial PLATE Sa -'.__ __________ _ b (!) ~ J: ~ (!) w (!) C ii: CD w ~ z ~ V) 0 N "' ~ (!) C (!) z ii: 0 CD ..J 0 V) u. 0 (!) 0 Project: Stonegate Boulevard Bridge Boring No.: 8-2 Groundwater during drilling: -- Groundwater after drilling: --- ELEV. LOG OF BORING Date: 6/24/2008 Northing: -- Easting: -- DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIUROCK CLASSIFICATION w (!)> z w ui ui Ulo <( 0 0."' ~ ui zu. W(.) ao. ir Project No.: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH, TSF • • .. )I( 0.5 1.0 1.5 2.0 ~o z Q MOISTURE O CONTENT, % 1-----...J._--------+--------------------+----+----, PLASTIC LIMIT 1----i LIQUID LIMIT 10 20 30 40 50 60 70 80 90 ~35 1--40 t-45 t-60 -10 Shear Types: THD 50/0.5", Gray LIMESTONE 50/0 .0" THO 50/1 .0", 50/0 .0" THO 50/1 .0", 50/0 .25" THD50/0.5", 50/0 .0" THO 50/0.75", 50/0 .0" THO 50/1 .0", 50/0 .0" • = Hand Penet. • = Torvane • = Unconf. Comp. * = UU Triaxial PLATE Sb -'L------------ Project: Stonegate Boulevard Bridge Boring No.: 8-3 Groundwater during drilling: 22 feet Groundwater after drilling: LOG OF BORING Date: 6/22/2008 Northing: -- Easting: -- ELEV. DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w C!>> zW ciicii Ula <( 0 O.."' ~ci z ~ iii ZlL W() oo.. ~ 0 Project No.: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH , TSF • • .. )K 0.5 1.0 1.5 2.0 MOISTURE O CONTENT, % ._ ___ ......._ ______ ---1------------------t----t---i PLASTIC LIMIT 1---1 LIQUID LIMIT -, Q. C, u.i C, 0 ci: a, ~ z ~ en ~ d:, 6 0 C, z 0 5 10 15 20 25 30 ci: 35 g Shear Types: ...J 0 en lL 0 C, g THD 50/0.0", 50/0 .0" THD 50/0.5", 50/0 .0" · · i='im, io ve"r--i ·stir( Hgtit brawn ·sArilov .. i..EAi..f cLA v· · · · · · · · · (CL) Light gray LIMESTONE w/ mix of sand and clay (mud) 82 64 57 • = Hand Penet. •= Torvane .& = Unconf. Comp . ----------- 105 10 20 30 40 50 / • / / / / * = UU Triaxial I I I I • 70 80 90 PLATE 6a 5 C) > ::c -, 0.. C) w C) C ix: ID w ~ z ~ 0 N "' co ~ C) z ix: 0 ID ...I 0 en u.. 0 C) Project: Stonegate Boulevard Bridge Boring No.: B-3 Groundwater during drilling: 22 feet Groundwater after drilling: --- LOG OF BORING Date: 6/22/2008 Northing: -- Easting : -- ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w <!>> zw ciirii (/)Q -i:o Q..N /:: 1ii zu. wt) oa.. ii: Project No.: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH , TSF • • .. )I( 0.5 1.0 1.5 2.0 ~o z 0 MOISTURE O CONTENT, % 1-----1----------t--------------------+---+----1 PLASTIC LIMIT 1----1 LIQUID LIMIT ~35 >--40 >--45 -so >--55 -so ~10 Shear Types: THD 50/0.5", Light gray LIMESTONE w/ mix of sand and clay 50/0.25" (mud) THD 5011 .0·. ··d;.a,;-.:.:1MEsfo~.iE··································· ····· ······ ·· 50/0.25" THD 50/1 .0", 50/0.25" THD 50/0.75", 50/0 .0" THD 50/0 .75", 50/0.0" THD 50/0 .75", 50/0.25" • = Hand Penet. • = Torvane • = Unconf. Comp. 10 20 30 40 50 60 70 80 90 \ .., * = UU Triaxial PLATE 6b gL------------ Project: Stonegate Boulevard Bridge Boring No.: 8-4 Groundwater during drilling : 8 feet Groundwater after drilling : ELEV. LOG OF BORING Date: 6/24/2008 Northing : -- Easting: -- DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w C!>> zW iii iii cno <(O a."' ~ iii zu. W(.) ca. ~ Project No.: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH , TSF • • * * 0.5 1.0 1.5 2.0 ~ci z a MOISTURE O CONTENT, % 1------'----------+-------------------+--+----i PLASTIC LIMIT 1----1 LIQUID LIMIT --, 0.. C) u.i C) 0 12 a, w ~ z ~ 0 N "' i C) z 0 5 10 15 20 25 30 12 35 g Shear Types: ...J 0 Cl) LL. 0 14-24-24 3-9-14 50-50/1 .0" · · Fii-i-i1 io veri ·stit( Hiitii browii ·and · iirai s.ii.Nt:iv LEAN ····· CLAY (CL) w/ limestone chunks and gravel Midium dense to dense, tan and brown CLAYEY GRAVEL (GC) w/ sand ··Gray ·c1MEsforiiE . wi ·ciay 1n'ciusioris · · · · · · · · · · · · · · · · · · · · · · · · · 61 25 40 • = Hand Penet. •= Torvane .A= Unconf. Comp . g .._ __________ _ 10 20 30 40 50 70 80 90 * = UU Triaxial PLATE ?a b (!) ~ -, a. (!) w (!) 0 a: a, ~ z ~ en 0 f;:i ~ 0 (!) z a: 0 a, ...J 0 en LL 0 (!) 0 Project: Stonegate Boulevard Bridge Boring No.: 8-4 Groundwater during drilling: 8 feet Groundwater after drilling: --- ELEV. LOG OF BORING Date: 6/24/2008 Northing: -- Easting: -- DEPTH, FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w (!)> zW iii iii cno ~~ ~o ~ iii zu. WU Cl c.. ~ Project No.: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH, TSF • • • )K 0 .5 1.0 1.5 2.0 z Cl MOISTURE O CONTENT, % 1-----'----------+--------------------+---l--~ PLASTIC LIMIT 1---l LIQUID LIMIT -35 -40 ,-45 -so -55 -oo -65 ~,o Shear Types: THD 50/0.25", Gray LIMESTONE w/ clay inclusions 50/0.0" THO 50/0.5", 50/0 .0" THO 50/0.5", 50/0.0" THO 50/0.0", 50/0.0" THD 50/0.0", 50/0.0" THO 50/0.0", 50/0.0" • = Hand Penet: • = Torvane 10 20 30 40 50 60 70 80 90 .& = Unconf. Comp . * = UU Triaxial PLATE 7b -'L------------ Project: Stonegate Boulevard Bridge Boring No.: 8-5 Groundwater during drilling: 21 feet Groundwater after drilling: ELEV. LOG OF BORING Date: 6/20/2008 Northing: -- Easting: -- DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w (!)> zW iii iii Vlo <(O Q..N ~ iii ZLL WU cc.. ~ Project No .: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH , TSF • • ... )K 0.5 1.0 1.5 2.0 ~o z C MOISTURE O CONTENT, % -----'---------+--------------------+---+-----i PLASTIC LIMIT 1-----l LIQUID LIMIT -, Q. (!) ui (!) 0 ii: ID ~ z ~ (/) l;l ~ ~ 0 (!) z 0 5 10 15 20 25 30 ii: 35 g Shear Types: ....I 6 (/) u.. 0 (!) 0 · · Firrri io siit( Hgtii i:irawii ·sANii<' L°EAN ·cu... v ·1c:'L.> · · · · · · · · · 4-4-5 · · veri "ioa;ie · i,i" ,iense: ii,i"ri ·aii,i gray c:i:AvEY· sANo · · · · · · · · (SC) w/ gravel and rock 13-15-20 18-22-22 27 1-1-1 4-9-12 -sandy clay layers 33'-35' • = Hand Penet. •= Torvane • = Unconf. Comp . __. ___________ _ 40 50 60 70 80 90 ' ' * = UU Triaxial PLATE 8a b <.? ~ ~ <.? w <.? C ii: a, ~ z ~ 0 N "' <O 0 C <.? z ii: 0 a, ....I 5 en u.. 0 <.? Project: Stonegate Boulevard Bridge Boring No.: B-5 Groundwater during drilling: 21 feet Groundwater after drilling: --- ELEV. SOIL SYMBOLS LOG OF BORING Date: 6/20/2008 Northing: -- Easting : -- DEPTH , SAMPLER SYMBOLS SOIL/ROCK CLASSIFICATION FEET AND FIELD T EST DATA w ~ <,> z~ cii en en zu. cno W(.J <{O ca. a_N >-cc: Project No.: DGOS 11520 Elevation: Station: -- Offset: -- SHEAR STRENGTH , TSF • • .. )K 0.5 1.0 1.5 2.0 ~d z 0 MOISTURE O CONTENT, % 1-------'---------+-------------------+---+-----l PLASTIC LIMIT 1------l LIQUID LIMIT -35 >-40 .. . . . 1-45 1-55 ~10 Shear Types: THO 50/0 .5", 50/0.0" THO 50/0 .5", 50/0 .0" THO 50/0.25", 50/0.0" THO 50/0.0", 50/0.0" Very loose to dense , tan and gray CLAYEY SAND {SC) w/ gravel and rock . . Gra°y" i..iMESfo1i.ie· .............................................. . • = Hand Penet. •= Torvane .A= Unconf. Comp . 10 2:J.. 30 40 50 60 70 80 90 * = UU Triaxial PLATE 8b gL------------ Project: Stonegate Boulevard Bridge Boring No.: R-1 Groundwater during drilling: -- Groundwater after drilling : --- LOG OF BORING Date: 6/17/2008 Northing: -- Easting: -- ELEV. DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w (!)> zW cijui (/)O <i;o 0..N ~ iii ZlL W(.) Cl 0.. ~ Project No.: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH , TSF • • • )I( 0.5 1.0 1.5 2.0 ~o z Cl MOISTURE O CONTENT, % 1-----.,___--------1------------------f----+----1 PLASTIC LIMIT ~ LIQUID LIMIT ~ ;;; b (!) ~ ::c ~ (!) w 8 a: ID w ~ z ~ "' 0 N "' <O 0 C (!) z -o >-5 >-10 -15 a: ~35 g Shear Types: ..J 0 "' u. 0 (!) 0 .. veri stitfto tiarc{ · 1igtii°t>rown: · 1:i"rown· and ·1igiii ·griiy ....... . SANDY LEAN CLAY (CL) -w/ calcium nodules 64 • = Hand Penet. •= Torvane A = Unconf. Comp . ..J ,.._ _________ _ 10 20 30 40 50 f 70 80 90 ( 0 119 () 8.2 0 0 0 122 ) 8.8 0 * = UU Triaxial PLATE 9 ~ -, a.. CJ w CJ 0 a: a, w ~ z ~ ~ "' <O 9 CJ 0 CJ z a: 0 a, -' 6 en LL 0 CJ Project: Stonegate Boulevard Bridge Boring No.: R-2 Groundwater during drilling: 12 feet Groundwater after drilling: --- ELEV. LOG OF BORING Date: 6/19/2008 Northing: -- Easting: -- DEPTH , FEET SOIL SYMBOLS SAMPLER SYMBOLS AND FIELD TEST DATA SOIL/ROCK CLASSIFICATION w C!l> zW u51i5 C/Jo <( 0 a."' ~ 1i5 zu. WO oa. ~ Project No.: DG0811520 Elevation: Station: -- Offset: -- SHEAR STRENGTH, TSF • • • )K 0.5 1.0 1.5 2.0 ~cj z 0 MOISTURE O CONTENT, % 1-----.i..--------1--------------------i---1-----1 PLASTIC LIMIT 1------l LIQUID LIMIT -o -5 >-10 ,, -15 >-30 -35 Shear Types: · · i=irrii io ve·ry ·stiff: "tii-owri ·aiicf dai-k tii-owii ·sANov · · · · · · · · · · · LEAN CLAY (CL) w/ gravel ··very ·1aose: ·iaiiriisii ·i;;.owri ·ci:J. vev sANo ·(sci ·wi · · · · · · · · gravel 72 • = Hand Penet. •= Torvane • = Unconf. Comp. 108 10 20 40 50 60 70 80 90 I I • \ ', • -I .... I 0 * = UU Triaxial PLATE 10 gL----------- SOIL SYMBOLS SAMPLER TYPES Soil T:tees I Thi n Walled 0 No Recovery 0 ffi[ill [IOJ ~ She l by Tube Clay Si lt Sand Gravel ~ Spl it Barr el [I Auger Mod ifiers ~ • CJ OO'f =~: 0 Q o'l. I] Li ner Tube B Jar Sample Clayey Silty Sandy Cemented Construction Materials WATER LEVEL SYMBOLS ffij 'I -[ill ~ -t-\1...,.; ..sz.... Groundwater level determined duri ng ~t~ drilling operations Aspha ltic Stabilized Fill or Portland Groundwater level after drilling in Concrete Base Debris Cement -3r.- open borehole or piezometer Concrete SOIL GRAIN SIZE Particle Size or Sieve Classification Particle Size No. (U .S. Standard) Clay < 0.002 mm < 0 .002 mm Si lt 0.002 -0 .075 mm 0.002 mm -#200 sieve Sand 0 .075 -4 .75 mm #200 sieve -#4 sieve Gravel 4 .75 -75 mm #4 sieve -3 in . Cobble 75 -200 mm 3 in . -8 in . Boulder > 200 mm > 8 in . DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS 3/6 50/4" 0/18" Penetration Descri ptive Resistance "N" * Consistency Te r m Blows/Foot Very Soft Very Loose 0-4 Soft Loose 4 -10 Fi rm Medium Dense 10 -30 Stiff Dense 30 -so Very Stiff Very Dense > so Hard PENETRATION RESISTANCE Blows required to penetrate each of three consecutive 6-inch increments pe r ASTM 0-1586 * If more than SO blows are required, driv ing is disconti nued and penetration at SO blows is noted Sampler penetrated full depth under weight of drill rods and hammer Undrained Shear Strength (tsQ 0 -0 .125 0 .125 -0 .25 0 .25 -0.5 0.5 -1.0 1.0 -2.0 > 2 .0 * The N value is taken as the blows requ ired to penet rate the final 12 inches Slickenslded Fissured Inclusion Parting Seam Layer Laminated Stratified TERMS DESCRIBING SOIL STRUCTURE Fracture planes appear polished or glossy, sometimes striated Breaks along definite planes of fracture w ith little resistance to fracturing Small pockets of different soils, such as small lenses of sand scattered through a mass of clay Inclusion less than 1/4 inch thick extend ing through the sample Inclusion 1/4 i nch to 3 inches thick extending through the sample Inclusion greater than 3 inches thick extend ing through the sample Soil sample composed of alternating partings of d ifferent soil type Soil sample composed of alternating seams or layers of different so il type Intermixed Calcareous Ferrous Nodule Soil sample composed of pockets of different so i l type and laminated or stratified structure is not evident Havi ng appreciable quantities of calcium carbonate Havi ng appreciable quantities of iron A small mass of irregular shape 9200 Kimt Arthur Dr. Dallas, TX 75247 21 4-678-0227 214-678-0228 Fax KEY TO TERMS AND SYMBOLS USED ON BORING LOGS PROJECT NO.: I DRAWING NO.: DG0 8 11520 PLATE 11 ROCK TYPES ii Limestone m Shale EJ e Weathered ffl Weathered ~ Limestone Shale Ii Highly I ~i Dolomite ~ Weathered Limestone SOLUTION AND VOID CONDITIONS Void Cavities Interstice; a general term for pore space or other openings in rock. Small solutional concavities. Sandstone Weathered Sandstone Granite Friable Low Hardness Moderately Hard Very Hard SAMPLER TYPES I Thin-Walled [D Rock Core Tube [8J Standard B Auger Sample Penetration Test § THO Cone I] Bag Sample Penetration Test HARDNESS Crumbles under hand pressure Can be carved with a knife Can be scratched easily with a knife Cannot be scratched with a knife Vuggy Containing small cavities, usually lined with a mineral of different composition from that of the surrounding rock. WEATHERING GRADES OF ROCKMASS Cl) Vesicular Containing numerous small, unlined cavities, formed by expansion of gas bubbles or steam during solidification of the rock. Porous Containing pores, interstices, or other openings which may or may not interconnect. Cavernous Containing cavities or caverns, sometimes quite large . Most frequent in limestones and dolomites. Slightly Moderately Highly Completely Residual Soil JOINT DESCRIPTION SPACING INCLINATION Very Close Close Medium Close Wide REFERENCES: <2" 2"-12" 12"-3' >3' Horizontal Shallow Moderate Steep Vertical (1) British Standard (1981) Code of Practice for Site Investigation, BS 5930 . (2) The Bridge Div., Tx. Highway Dept. Foundation Exploration & Design Manual, 2nd Division, revised June, 1974. 0-5 5-35 35-65 65-85 85-90 Discoloration indicates weathering of rock material and discontinuity surfaces. Less than half of the rock material is decomposed or disintegrated to a soil. More than half of the rock material is decomposed or disintegrated to a soil. All rock material is decomposed and/or disintegrated into soil. The original mass structure is still largely intact. All rock material is converted to soil. The mass structure and material fabric are destroyed. SURFACES Slickensided Smooth Irregular Rough Polished, grooved Planar Undulating or granular Jagged or pitted BEDDING THICKNESS C2) Very Thick Thick Thin Very Thin Laminated Thinly Laminated 9200 Kimr Anhur Dr. Dallas, TX 7S247 214-678--0227 214-678-0228 Fax >4' 2'-4' 2"-2' 1/2"-2" 0 .08"-1/2" <0 .08" KEY TO TERMS AND SYMBOLS USED ON BORING LOGS Information on each boring log is a compilation of subsurface conditions and soil and rock classifications obtained from the field as well as from laboratory testing of samples. Strata have been interpreted by commonly accepted procedures. The stratum lines on the logs may be transitional and approximate in nature. Water level measurements refer only to those observed at the times and places indicated, and may vary with time, geologic condition or construction activity . PROJECT NO .: I DRAWING NO .: DG0811520 PLATE 12 APPENDIX A SLOPE STABILITY RESUTS 190 180 170 ____ J. _________ _ . . Geometry and Boundary Conditions Problem: Stonegate Ave Bridge (Short Term) -FS Min= 2.329 __ ... __________ .. _ -. ----T -• --•• ----------------i-• -------• --• --" -• • • -T --• • -• -- 160 -.. --•-----.. ----.. - -.. -------·--- ------ . •. _ •• 1. ••• _ •. • • • • • • •.• ____ .•••• 1 ••••••••• _ I •••• 150 140 I ! ! 1 t 1 --··r··----------··----------,----------------------,-··--------. --" -----"-,----" --" ---,---" -"" ----r " -""" "• -" -T""""""" .. " ""I" -"" ·" -• • -·,· • • • • • • • • • • 120 110 100 ' 1 90 -.. ----... -- ----- ..... ···---,-----·--··'2 BO · -- -, - · --· - - ---,-- - - -- --- --,-· - -.. - ---. -r - - - - --- ---, - -• - -• --- --- - -. 70 60 ' ' ' ·'-----------'-----------'--· 3 - - - -..J -- - - - - - - -_,_ - - 9 50 ----; . ---------~-----------:-----------~ ----------; .. --- ----------------,------ . -- --.---.. ' ' ' ' 40 ----;----------~-· --··--.. --·· -:-----------~ -.. -.. ---- -; - ---- ' ' ' ' 4 ----~ -----------:-------- ---:---------- ' ' ' ' ··--··----.--- 7 w1 ·1··-----··--·i·----.. -----,--------,---------·· 30 ----+-----------:---------. -:-----------:------. ---------. --. --------. --. ---. 20 · ·· · ·; · • ·· -----· · ~-· · ·· · · ·· · · · ·,· ·· · -· --·· · -· r -• • --· --• ·, --• • --• ---·· · -·· ---· ---, .. · -·· ---,--···-----;-··----·----.. - . - - --,-.. - -. - -. --·t - - - -.. -- - - ' . ·• ·1 • • .. • • • ----··,---·• --•• - - --r ----• - --•• ' ' . . . 10 · ---:--· -------~----- -----·:-· ---· -· ---~ ----· -----;----_, ___________ ... ________ _ ' . 0 20 40 60 80 100 120 140 160 180 200 220 240 (Scale in Feet) 190 180 170 160 Geometry and Boundary Conditions Problem: Stonegate Ave Bridge (Long Term) -FS Min= 1.373 ' ' ' ' ' ' -- -- + ---- - ---- -.... -- - - - - - - - -,- --- - - ____ ,... __________ -----------1-----------1---------·-•·· - - ---- -------.. ----------_,_ ------ --- -... --------- ' ' ' I I I I ' ' ' ' ' ' ' .. ~ -·• -.. ----- --: --------.. --:-----------:-------- --- ---~ -----------:-----------:-----------:---------_i_ ------J ____ ·------'··-----_____ , __ _ t I C I I I l I I I I l ' ' ' ----r-----------1··-------·-1··------·--,---------r·---------,----------,----------·,----,----------,-----------,---------- I I I I ----+----------... ·----------•----------->--- I I I ' 150 --· · :------.. -.... -:----.. --.. · · .. :-· -.. ----· -·:---· -· · .. ---·'-------· -· :-.. 140 130 120 110 100 90 80 70 60 50 40 30 20 I I l I t ' ' ' ' --• -T ----• ---• --,--• -• • ---• ·1--• -----• • • ,· -• -• --• -• • T ----• -----• ---,-----------1·----r·---------r- ' 3 4 ' ' ' . - --.• ---'-• • --• • --• ·'--------• -.. L --• • -• ----f ---·---.. ----:-----------:----------· -:------2 -· ·· c ---------.. --.. ,-- ' ' ' ' ' ' " ----T ---• • * -* • --,-----------1-• --• --•• -• •r • -• --· • • • -T -----------.. --------·--,-----------,---------- ' w 1 ' ' ' - -- --l--- ----- -.. -' - --- - -- ---' . - - ---- ---' --- ------ I I I I I ' ' l I I I ----T --- --- -----, -- ------- --,----- ------r------ • -• --1· ---.----•------,-----------,-·· -·-------r •-·------T---·--------,----··----,----------··r--------- ' ' --• -.l ---• --• --• ..I ••• ---• ----1-----• -----L • • --• ----• .l •• ---••• -• -' -• -- I I I I 9 I I I I I ' ' ---• T -• • -• -• ----,• --• -• • • --•1-• -• • ---• • •r • --• • -• • -"T -• • ------------,-----------,----- I I 1 I I ----... ----- -------1-----------·----------_.._ -------- --.L - - --- - ' ' ' ----+-----------:-----------:-------------:---------.. -+----··-·· -----··-,--------·· ---.. --.. --.. -----.... --. --.. --. ---------------' ' ' ' ' --* -T -* • -• --• ---,-• • ---•. --•o-• --•• • ----•r. *. • • ----* T -• -----• • •, ----• ------,-• • -.• ' ' ' 10 ----: ------· ---"· -· -------_,_ -· · --------~-----------: -· 0 20 40 60 80 100 120 140 160 180 200 220 240 (Sc ale in Feet) STABL for Windows Report Date = 12/18/2008 Time= 12:05:05 AM Input Data Geometry and Boundary Conditions Problem : Stonegate Blvd Embankment 210 · 200 190 180 170 160 150 140 · 130 · 120 · 110 100 · w1 :,,,1 w1 .. 90 · . 80 · . .. 70 · 60 · . 50 40 · 30 · 0 20 40 60 80 100 120 140 160 180 200 220 240 (Scoleln FeeO Soil Number Soil # I Soil # 2 Profile Defining Segment Coordinates ~---~----1 Left Left Right Right Segment Number Extreme Extreme E tr X Extreme X y x eme y I segment # 1 (Top) I 100 100 100 100 175 125 Soil Properties Wet Unit Saturated Cohesive I Phi(deg) ~ Weight Unit Weight Intercept 125 I 125 0 I 125 125 2500 Soil Under Segment 2 2 Pressure Head I 0 0 Water Table 210 200 ] 190 .. 180 170 .. .. 160 · 150 · 140 · 130 · ... ·,· 120 · 110 100 · w 1 90 BO 70 · 60 · 50 · 40 30 · 20 40 60 RESULTS Geometry and Boundary Conditions Problem: Stonegate Blvd Emb ankment . FS Min • 1.007 w1 BO 100 120 140 160 (Scole In Fe et) 180 IF actors of Safety of Ten M ost Critical Surfaces I I Surface Number I Factor of Safety I I Surface # 1 I 1.807 I I Surface # 2 I 1.831 I Surface # 3 I 1.832 Surface # 4 I 1.833 Surface # 5 I 1.833 Surface # 6 I 1.837 Surface # 7 I 1.839 Surface # 8 I 1.84 Surface # 9 1.841 Surface # 10 1.842 w 1 200 220 240 20 Factor of SOieiy OlstrbAlon Hstogrmn .. , ........ . ; ............................... ........................................................................ ' ' .. --... -.... -~ -. -. -......... --.... -. ---... ; -.. --. -. -... --- Factor of Safety Values >· 210· 200 · 190 · 180 170 · 160 · 150 140 · 130 · 120 · 110 · 100 · · 90 BO · 70 · 60 50 · 40 30 STABL for Windows Report Date = 12/18/2008 Time= 12:17:17 AM Input Data Geometry and Boundary Conditions Problem: Stonegate Blvd Embankment (long term) ~1 ~,M -:-----'-----+-----....--~W~1 ::::.......-----','-----w>-:,1--4-----'----'-----~w1 · 0 20 40 60 BO 100 120 140 160 180 200 220 240 (Selle In f e et) Profile Defining Segment Coordinates Segment Number I Left E~treme j Left Extreme 'Right Extreme X Right ~xtreme Soil Under I y Segment I segment # l (Top ) I 0 I 100 I 100 I 100 2 Se8!!!ent # 2 op) 10 0 100 175 125 1 !segment # 3 (Top) I 175 125 250 125 1 Se8!!!ent # 4 100 100 250 100 . 2 Soil Properties Soil Wet Unit Saturated Cohesive I Phi (deg) I Ru Pressure Water Number Weight Unit Weight Intercept Head Table Soil # 1 125 I 125 100 I I 0 Soil# 2 125 125 250 0 RESULTS Geometry and Boundary Conditions Problem: Stonegate Blvd Embankment (long term). FS Min • 1.594 210 · 200 · 190· 1BO 170 .... 160 150 140 · 130 · 120 · · 110 · 100 :,-,1 w1 w 1 90 · BO 70 60 50 40 30 0 20 40 60 BO 100 120 140 160 1BO 200 220 240 CS<ole In feet) IF actors of Safety of Ten Most Critical Surfaces I Surface Number I Factor of Safety I Surface # 1 1.594 J Surface # 2 1.602 I Surface # 3 1.611 I Surface # 4 1.618 I Surface # 5 1.627 I Surface # 6 1.628 I Surface # 7 1.635 I Surface # 8 1.641 I Surface # 9 1.645 I Surface # 10 1.652 Fodor of Selety DlstrbAlon ttst<9om -,•. - Factor of Safety Values WSS International Plaza, Suite 200 • Fort Worth, Texas 76109 • 817-735-7300 • fax 817-73S-7491 • www.freese.com TO: John Dewar CC: Jessica Newton, File FROM: Kelly Dillard, Scott Hubley, Justin Oswald SUBJECT: Clearfork Main St Bridge Scour Analysis DATE : June 16, 2009 Innovative approaches Practical results Outstanding service This memorandum documents the scour analysis performed for the_ proposed Clearfork Main Street Bridge per the 60% design dated May 1, 2009 . The bridge spans the Clearfork of the Trinity River in Fort Worth, Texas . It is comprised of two parallel spans supporting the road decks and a th ird span supporting a pedestrian walkway. Each road deck is supported by two piers, four in total, located within the Clearfork channel. Each of these piers is supported by a foundation system of four 50' long drilled shafts with 42" diameters. The analysis was performed with the HEC-RAS 4 .0 Scour Hydraulic Design function using the modified Standard Project Flood (SPF) hydraulic bridge design model provided by the US Army Corps of Engineers. HEC-RAS allows the scour analysis process to be simplified by automatically determining flow based coefficients for the scour equations. HEC-RAS allows the user to model three kinds of scour: contraction, pier, and abutment. Contraction .scour occurs from increased velocities as flow is forced to contract to pass under a bridge . Pier scour occurs when flow vortices are formed as flow accelerates around a pier. These vortices erode around the pier until equilibrium is reached between sediment deposits and erosion. Besides flow characteristics, this equilibrium is also dependent on the particle size of the soil. Abutment scour is very similar to pier scour. It occurs as vortices form on the edges of bridge abutments as channel flow navigates around the obstruction. Contraction scour can be modeled by live-bed or clear-water contraction equations. Live -bed contraction indicates that bed material is be i ng transported into the contracted flow area of the bridge. Clear~water is applicable when sediment transport into the area is negligible. HEC-RAS determines the appropriate equation based on the average grain size diameter (DSO) of the channel bed. In this case , live-bed equations were used for both the overbanks and main channel contraction scour. Contraction scour was calculated as 0.98 feet on the left bank, 0.06 feet on the right bank, and 0.00 feet in the channel. The Colorado State University (CSU) scour equation was selected to determine pier scour. The use of this equation is recommended for both clear-water and live-bed situations by the Federal Highway Administration (FHWA) in their Hydraulic Engineering Circular Number 18 (HEC-18) publication. Using the HEC-RAS Flow Distribution option, each pier's local flow characteristics were obtained. Pier scour was then calculated independently for the left and right pier bents. The left piers are expected to experience 10.50 feet of scour, and the right piers are expected to experience 12.38 feet. Abutment scour was calculated by use of the HIRE equation recommended by HEC-18. Only the left abutment will be impacted as the right abutment is protected from scour by levees. A scour depth for the left abutment of 3.46 feet was calculated . Table 1 summarizes the estimated potential scour depths. Detailed output from HEC-RAS is attached to this memorandum. The primary scour concern for this bridge is pier scour. uearrorK Mam ~t linage ~cour Ana1ys1s June 16, 2009 Page 2 of 2 Table 1. Summary of Scour Potential 10.50 3.46 12.38 0.00 It is recommended that an armoring solution such as articulated concrete blocks (ACB) be implemented in the vicinity of the piers to mitigate the potential for scour. FHWA HEC-23 references experimental studies that provide equations ahd guidance as to the extent of ACBs required to effectively armor piers against scour. The dimensions suggested for this application as well as the dimensions currently provided for in the 60% design for are presented in Table 2. All the minimum dimensions are exceeded in this design. Documentation for these calculations is attached. Current plans state that the MSE walls composing the abutment will be constructed a minimum of 2 feet below ground surface. It is recommended that the leading edge of the left abutment be extended to a 5 foot depth or armored at the surface . Table 2. ACB Pier Armoring Dimensions 13 .1 31.5 31.8 124.6 38 82 156 15.S 37.1 36.5 132.6 38 69 156 ";ontraction Scour Left Channel Right nput Data Average Depth (ft): 2.24 24 .83 3.73 Approach Velocity (fUs): 1.45 11 .90 1.99 Br Average Depth (ft): 2 .67 25.28 3.75 BR Opening Flow (cfs): 4254 .86 80720.19 424.95 BR Top WO (ft): 681 .76 265 .82 55 .83 Grain Size 050 (mm): 0.03 0.03 0.03 Approach Flow (cfs): 3396.88 81586.47 416.65 Approach Top WO (ft): 1047.01 276 .10 56.11 K1 Coefficient: 0.690 0.690 0.690 esults Scour Depth Ys (ft): 0.98 0.00 0.06 Critical Velocity (fUs): 0 .59 0.88 0.64 Equation: Live Live Live ..,ier Scour >ier: #1 (CL = 2320 .35) Input Data Pier Shape : Sharp nose Pier Width (ft): 5.50 Grain Size D50 (mm): 0.03000 Depth Upstream (ft): 15 .23 Velocity Upstream (fUs): 8.88 K1 Nose Shape: 0 .90 Pier Angle: 0.00 Pier Length (ft): 11.00 K2 Angle Coef: 1.00 K3 Bed Cond Coef: 1.10 Grain Size 090 (mm): 0 .31000 K4 Armouring Coef: 1 .00 Results Scour Depth Ys (ft): 10.50 Froude #: 0.40 Equation: CSU equation Pier: #2 (CL = 2540 .35) Input Data Pier Shape : Sharp nose Pier W idth (ft): 5.50 Grain Size 050 (mm): 0.03000 Depth Upstream (ft): 15 .17 Velocity Upstream (fUs): 13.04 K1 Nose Shape: 0.90 Pier Angle : 0.00 Pier Length (ft): 11 .00 K2 Angle Coef: 1.00 K3 Bed Cond Coef: 1.10 Grain Size 090 (mm): 0.31000 K4 Armouring Coef: 1.00 Results Scour Depth Ys (ft): 12 .38 Froude #: 0.59 Equation : CSU equation butment Scour Left Right Input Data Station at Toe (ft): 2158.00 Toe Sta at appr (ft): 2158 .00 Abutment Length (ft): 503.00 0.00 Depth at Toe (ft): 0 .75 0.00 K1 Shape Coef: 1.00 -Vertical abutment Degree of Skew (degrees): 90 .00 90.00 K2 Skew Coef: 1.00 1.00 Projected Length L' (ft): 0.00 0 .00 Avg Depth Obstructed Ya (ft): Flow Obstructed Qe (cfs): Area Obstructed Ae (sq ft ): Results Scour Depth Ys (ft): 3.46 Froude #: 0.25 Equation : HIRE Default Combined Scour Depths Pier : #1 (CL = 2320.35) (Contr + Pier) (ft): 10 .50 Pier : #2 (CL = 2540 .35) (Contr + Pier) (ft): 12.38 Left abutment scour+ contraction scour (ft): 4.45 FHWA HEC-23 ACB Dimensions Vs Left 10.5 Vs Right 12.38 (fromRAS results) D= 5.5 WS= 31.8 WS= 36.5 WS/2= 15.9 WS/2= 18.2 Xl= 13.1 Xl= 15.5 X2= 31.5 X2= 37.1 From FHWA HEC-23: The p ier scour protection dimensions shown in Figure 4.8 are defined by: Width of the scour protection mat, Upstream extent of scour protection , Dow nstream extend of scour protection , Estimated unprotected scour depth, Ys , (using the CSU pier scour equation) Isl Row or Blncks in Tr.-nch Ot1ckbill An<:ho rs «t '1-fl . ' ·1 I I I I I' ,I I j I I XI I I I I I" Grou tine ' ' --,.lC. !YS/2 .__ ' , ' X2 1 I ~= Plan TO P VIEW I SECTION WS = 2.5Ys + D X1 = 1.25 Ys X2 = 3 Ys Y s =(2*K1 *K2 *K3 *(Y 1/a)':;35*Fr0 ·43 )*a \ Figure 4 .8. Suggested cable-tied mat dimensions for scour protection around circular bridge piers (after McCorquodale).<9 J !<3' ~·· ~ .. ;,r "9~ C? t !.: i;·5 i~ Cm. o.., ~ :5, ~,;rl} tiJi'tf ~: ff i ~~i ~ij!~ 8-:1\1)~ '2:!i* r,~t ii ~ Ow.'J Ii~;; --1,:~ o'" COLORED AND TEXTURED CONCRETE SLOPE PROTECTION. 13'-0" WIDE ANO CENTERED .BELOW PEDESTRIAN .BRIDGE Off~ 1t. .. l.OCA tfOHl rrwos.2.ot) be~~· anu2010 1 I I I : 1 ! 0 REVISIONS ~ lJ) IIO. !::, te,aUl'1'1DH (Jjt,T£ ::;; l ~ ~ LEVATION 2 6 Z ELEV A llOtl 3 !::, ffi It:; i i_i ll ll l l l /' ft f' J' 'l ·I /f.' I I 1 JI j J ~'G I: Ir I I Ir.' I : l l l / l f:RETE I ; l l I f ' /XTILE lIH'r/1 J i ' I J ' l EXTUREO 1 f 1 If: l t lfl/.llJ!LKEDGE J :/ l l) • fiEET FOR . I I II I • I I I: U / ,/:' I}// 1' t I if I :I l /, 1 I • -. "• I It ' 'I" I' ' I I I' l t f 1 f I j -J l t ·r·. I 1: t' f f 1 If t ,I I I I ,I I I l ,j 1· '.II JI I' I I 1 J t, r f I It 1 f j t: i ':.:: 11 ''111i11t::ii / r II: 11: 11 r, 1 , I,, 1 1 I, I'' 1, I f / 1 I f i I i 111, l I I Ill I I j' 'J fl j i r' r '' j : I; f ! I J · '1' -1 I I I '." I' 'I -l I ' ' ' "I f' 'I ' ft: If i -•:It : l 'I ' l II l " J ' I. ' r 1:1i1•:nu1 I .[ I 1 I I j j I 1 'I l I I r I J f I f Ill /I, ! "'}/llt/111,ll :Jl:tllt,/11111 -!IIIIFREESE •••ntCHOLS 405S inb!rnalional Ploza, SUite· 200 fort Worth. TX 76109 .. ~895 . Phone -(817) 735-7300 fox -<am 735-7491 Web • ';lf'Ww~freese.com HAYDEN CONSULTANTS, INC . . ~!llL .... Slftl>iS CM.ll$. ID,t.S :s3' r~•.OQMO 1KXJ: %1-t.?SIJ..!ll! • 0,l! 11-c..:sa.fllt TEXAS RE~Wi/fu~,:;:.. •00540 -"t'o}')}\,. ;~;..-·--·--.~"'4.t,. ,.,~.-..A,.. ·,tJ'~t JN11!J(NAL#9JO Fll.E ;(f(.2(/pS CITY Pi/D/ECT#IXJl07 TPW PROJECT II CZJ/ IN ~ \\~ fccn: Ill G: tll.,Allt:E«sii1PJ ~ .... ·····-······ .. ···········•7. -o\ 100194 htl ~,,:,,,!!CE.~,··~,7 S~'"-.'"·;.'l!<G-~,i<piAL "'.J!!!" 02./17/10 K-2!J6$ MAl'SCONO. ?S-T ~ u, ~ ~ ~ z w :;; .UJ Ei 0:: 0.. ~ w Cl 0 ii:: CD 0 ~ ui ~ z ~ 0 <5 z ~ a; w ----------------~C> Cl CITY OF FORT WORTH, TEXAS ~ TRANSPORTATION AND PUBLIC WORKS ~ w TRANSPORTATION PROGRAMMING ~ & CAPITAL PROJECTS DIVISION 1-(/) CLEARFORK MAIN STREET BRIDGE z <( FROM CLEARFORK MAIN STREET ~ TO HULEN STREET ~ GRADING PLAN 5: STA 274+oo TO STA m+so ~. ~o· I DESIGNED, Hct I SCALE> , .DATE: I S!£ET w EET Cf!A\IN, HCI AS SHOWN FEBRUARY 2910 60 OF 187 (3 u,-..-,· ~f"l?ai zi\PrcJ.c.b\1076 C - -- SECTION 10 -ADDENDA CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 CLEARFORK MAIN STREET BRIDGE (PAVING, DRAINAGE, AND BRIDGE IMPROVEMENTS) City Project No. 00107 TPW Project No. C295-541200-303230010783 C221-541200-303230010783 RELEASE DATE: March 22, 2010 (REVISED) BID RECEIPT DATE: 1:30 PM, April 29, 2010 INFORMATION TO BIDDERS : 1. The bid receipt date has been revised to 1 :30 PM, April 29, 20 I 0 . This addendum forms a part of the Contract Documents referenced above and modifies the Original Contract Documents and Plans. Acknowledge receipt of this Addendum in the space provided below, in the Proposal , and acknowledge receipt on the outer envelope of your bid . Failure to acknowledge receipt of this addendum could subject the bidder to be rejected as being non-responsive . Please acknowledge receipt of the Addendum in the bid proposal and on the outside of the sealed envelope. RECEIPT ACKNOWLEDGED: William A. Verkest, P .E . DIRECTOR TRANSPORT AT N AND PUBLIC WORKS DEPARTMENT By:~ Leon Wilson, Jr., P .E. Transportation and Public Works Department .... - ADDENDUM NO 2. CITY OF FORT WORTH TRANSPORTATION AND PUBLIC WORKS DEPARTMENT CLEARFORK MAIN STREET BRIDGE PAVING, DRAINAGE, AND BRIDGE IMPROVEMENTS City Project No. 00107 TPW Project No. C295-541200-303230010783 C221-541200-303230010783 Addendum No. 2. Issue Date: April 20, 2010 This addendum forms part of the Contract Documents referenced above and modifies the original Contract Documents . Acknowledge receipt of this Addendum by signing in the space provided below and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid . 1-BID PROPOSAL A. The Bid Proposal shall be deleted in its entirety and replaced with the enclosed revised Bid Proposal. B . Instructions in the bid proposal. Fill in green cells with your CFW Vendor ID, your Company name and your bid amounts. When your bid is complete , save and close . Print and submit hard copy of the bidform. C . Paving Bid Item 001 (Walk-Remove). The quantity has been revised to 2135 SF . D . Paving Bid Item 005 BID-00399 is replaced with 81000973. The existing lights to be removed will be salvaged and returned to the City of Fort Worth . Quantity revised to 3 . E. Paving Bid Item 007 (Fence-Remove). The quantity has been revised to 720 LF . F. Paving Bid Item 011 (Manhole Adjustment). The unit price is set at $350/EA. G . Paving Bid Item 012 (Valve Box-Adjustment). The unit price is set at $300/EA. H . Paving Bid Item 013 (Utility adjustment -repair). The lump sum unit price is set at $50,000. I. Paving Bid Item 021 (Topsoil). The unit price is set at $17/CY . J. Paving Bid Item 024 (Brick pavers). The quantity has been revised to 4960 SF . Pavestone , City Stone IV, Schlegal Tan Blend or approved equal. K. Paving Bid Item 031 (Fence-Chain Link). The quantity has been revised to 350 LF. L. Paving Bid Line Item 32 (Walk Handrail). See Sheets 50 and 61 for location of walk handrail. The quantity has been revised to 167 LF . M . Paving Bid Item 040 (Sign-Project Designation). The un it price is set at $200/EA. N. Paving Bid Item 052 . Remove description "item purchased from City ." See Section 5.10 in the spec book for more detail on this item . 0 . Paving Bid Item 054 (810-00973)-Removed . Addendum No. 2 , Page 1 ..... ADDENDUM NO 2. P . Paving Bid Item 057 (Limestone screening). The quantity has been revised to 6702 SF . 0 . Paving Bid Item 63: The description has been changed to "2 " HMAC with 6 " Flex-base per City Detail STR-030. Includes flowable fill material" The quantity has been revised to 570 SY. Excavation and backfill are subsidiary to this item . Detail STR-030 is included in the addendum. R. Paving . The following bid items and quantities for irrigation sleeves have been added : a. Bid Item 065 (BID-00121 per LF -4" irrigation sleeves-1470 LF). b . Bid Item 066 (BID-00121 per LF -2" irrigations sleeves -735 LF). S . Paving . Add Bid Item 067 (6 " colored and textured concrete per SY = 400 SY). T. Paving . Add Bid Item 068 (BID-00411 : Retaining Wall -Install) This quantity is for the CIP retaining wall shown on Sheet 61 and detailed on Sheet 65 . The quantity is 6 CY. U. Paving . Add Bid Item 069 (BID00427-Median -Install 4 " thick -1460 SF). V. Paving . Add Bid Item 070 (BID-00124-Mobilization. Per TxDOT spec 500). W . Paving . Add Bid Item 071 (BID-00121) Haul off excess material from existing stockpile site (CY) -10 ,000 CY X . Drainage Bid Item 007 . Replace "PW' with "SW'. Y . Drainage Bid Item 008 (21 INCH RC P ipe). The quantity has been revised to 651 LF . Z . Drainage Bid Item 010 (Riprap-lnstall): The quantity has been revised to 4 CY. AA. Drainage Bid Item 016 (2 " Seed Injected Blanket). The quantity has been revised to 500 SY. BB. Drainage Bid Item 017 (BID-00133 Broadcast Seeding) has been modified to BID00134 Grass- Hydromulch seeding-Install . The quantity has been revised to 12 ,300 SY. CC. Drainage Bid Item 021 (Bid-00101 Unclassified trench excavation and backfill). Remove. DD .Drainage . BID items for 12" and 24" RCP have been added a. Line Item 023 (BID-000121 : Pipe-12 Inch-CL Ill-Install per LF = 29 LF) b. Line Item 024 (BID-00082 : Pipe-24 Inch-CL Ill-Install= 99 LF) EE . Bridge Line item 011 : (Bridge post tensioning). The quantity has been revised to 8693 kip-ft. FF . Pedestrian Bridge Bid Item 002 (Abutment Class C Concrete): The quantity has been revised to 25CY GG. Conduit and Traffic Signals . Bid Item 001 (BID-00507). Remove. HH . Conduit and Traffic Signals . Bid Item 002 (BID-00516). Remove . II. Conduit and Traffic Signals. Bid Item 003 (BID-00517). Remove . JJ . Conduit and Traffic Signals . Bid Item 007 (BID-00375). Remove . KK. Conduit and Traffic Signals. Bid Item 008 (BID-01226 Cable-16 conductor #14 Stranded Cable). Remove and add quantity to Bid Item 009. LL. Conduit and Traffic Signals. Bid item numbers have been modified for the following items: Addendum No. 2 , Page 2 - liii a. b. C. d. e . f. g . h. ADDENDUM NO 2. Line item 4 is now BID-01263 Line item 5 is now BID-01262. The quantity has been revised to 195 LF. Line item 9 is now BID-01261 . The quantity has been revised to 1185 LF . Line item 10 is now BID-01260 Line item 11 is now BID-01258 Line item 12 is now BID-01259 Line item 16 is now BID-01116 (Electrical Ground Box with Lid and Apron-Small- Install). The quantity has been revised to 1. Line item 25 is now BID-01066 (Signal-Pedestal Service -Install) MM . Conduit and Traffic Signals Bid Item 013 (Cable-Num 8 -XHHW Black). The quantity has been revised to 510 LF . NN. Conduit and Traffic Signals Bid Item 014 (Cable-Num 8 XHHW White). The quantity has been revised to 510 LF. 00. Conduit and Traffic Signals Bid Item 020 Replace BID-01238 with BID-01242 (Signal-60 Ft Mast Arm-item provided by City -Install). PP. Conduit and Traffic Signals Bid Item 023 (BID-01057). Remove. QQ . Conduit and Traffic Signals Bid Item 024 (BID-01058). The quantity has been revised to 2 . RR. Conduit and Traffic Signals Bid Item 32 (BID-01075). Remove. SS. Conduit and Traffic Signals Bid Item 033 (BID-01248). Remove. TI. Conduit and Traffic Signals Bid Item 034 (BID-01250). The quantity has been revised to 2. UU .Conduit and Traffic Signals Bid Proposal Line Items 36-38 are Franchise utility items 2-GENERAL CONDITIONS A Replace all instances of "Director of the City Water Department" with "Director of the Transportation and Public Works Department" B . Remove Section C2-2.1 C . Remove Section C2-2.12(h) D . No Field office will be required . Remove Section C5-5.6 E. Section C1 : Supplementary Conditions to part C-General Conditions. Remove Item C . 3-SPECIAL PROVISIONS A Remove Pay Item 47 (BID-00924) from the Special Provisions 4-SPECIAL SPECIFICATIONS A A special spec for Hydromulch Seeding is included in the addendum. B. A special spec for the 2 " seed injected blanket is included in the addendum . C . It is the responsibility of the contractor to remove and dispose of the trees . D . ACS Specification Addendum No. 2, Page 3 ADDENDUM NO 2 . a. Section 87: Replace Class "40L" with "40" -b. Section 88: Rename "Table 2" as "Table 3" and use the table below. Addendum No. 2 , Page 4 ADDENDUM NO 2 . TABLE 3. STANDARD SIZES OF ARMORFLEX® BLOCKS CLASS TYPE BLOCK WEIGHT BLOCK SIZE OPEN AREA % Lbs Lbs./Sq. ft. Length Width Height inches inches inches 40 Open 62-71 35-40 17.4 15.5 4 .75 20 c . Section E: Rename "Table 3" as "Table 4" 5-PERMITS A. TRWD Criteria for Construction Within and Along the Limits of Existing Federal Flood Projection Projects is attached. B. U.S. Army Corps of Engineers Pamphlet No . 1150-2-1 is attached . 6-EASEMENTS A. The signed bridge easement is attached . 7-CLARIFICATIONS A. No pre-qualification documents are required prior to bid opening . B. Bridge-Bearing Pad-Install There are 8 bearing locations, 16 typical hanger support locations, and 2 non-typical hanger support locations (at the mid span of the bridge) -total = 26 support locations C. Hanger Rod . a . The rods are upset at each end . See Sheets 117 and 130. Dyson Corporation is one manufacturer that can be contacted for specifics on upset ends . The length of upset at the top is as required to engage the insert in the bottom of the beam plus the 3 inches shown . The length of upset at the bottom is 1 '3" as shown. b. The diameter of the rod below the upper taper is 1.25 inches. c . The rod to be threaded is that portion of the rod that is upset D. The shore towers do not need to be removed within 24 hours of receiving notification from the Tarrant Regional Water District or The City of Fort Worth . E . BID00069-Headwall install This item is for the installation of dissipating blocks. The blocks are detailed on Sheet 50 . F. BID-00121-lnstall (Pedestrian Plaza Retaining Walls per LF) This item is for the retaining walls shown on Section 5 on Sheet 35 . G . Str Stl (rolled beam) TxDOT spec 442-2001) Refers to all the wide flange , channels , angles, etc (structure shapes). H. Str Stl Miscellaneous TxDOT spec 442-2005 Refers to plates for connections . I. Sheet 89. It would be permissible to use mechanical couplers on Bars "J" between the Arch Beam and Column . Addendum No. 2 , Page 5 ADDENDUM NO 2. J . The existing water and sanitary sewer lines must be protected during construction. K. Figure 4 .8 in the scour report is an excerpt from the FHWA HEC-23 publication that gives guidance for the design of ACBs. That was used as a guideline to verify adequate protection of the piers against scour. That particular application recommends anchors at the leading edge of the piers but our design has a toe with concrete backfill. L. The levee is only the area shown dashed in the profile on Sheet 70, centered at station 278+00 , and identified with the note "Extent of levee as defined by USAGE." You will be able to bench into and add temporary fill on the banks of the river , but not bench into the levee. Crossing of the levee itself for accessing the site is addressed on Sheet 5 . Limitations for work within the floodway are defined in the USAGE Pamphlet SWFP 1150-2-1 and TRWD Pamphlet "Criteria for Construction Within and Along the Limits of Existing Federal Flood Protection Projects" which will be included in the addendum . M . The contractor may submit the entire specification book or only the required documentation for bidding purposes. In either case the Paving , Drainage , Bridge , Pedestrian Bridge and Conduit &Traffic Signal bid forms should be downloaded and completed in Excel. The following items must be submitted with the bid package: 8-SHEETS a. Appropriate Bid Security b. Paving , Drainage, Bridge , Pedestrian Bridge and Conduit & Traffic Signal Bid Forms c . Summary of Bid d . Proposal Cover and Signature Pages e. Vendor Compliance to State Law f. Addenda Index and Receipt g. CD containing bid forms (The submitted hard(paper) copy of the bid forms and bid summary page will be used for official bidding purposes). A. Sheets 13 : In Note 2 replace "CONDUITS" WITH "IRRIGATION SLEEVES" B . Sheet 14: a. In Note 3 replace "CONDUITS" WITH "IRRIGATION SLEEVES" b . On the south side of Clearfork Main Street, begin T411 rail taper at STA 282+05.88, 51.4' RT. This stationing is at the edge of the wall closest to the road . For changes to the length of wall 4 , see Figure 5 of the Addendum . The stationing shown at the end of wall 4 on this sheet is along the control line . C . Sheet 16 : Section A-A, concrete median pavement is 4 " thick and 4 ,000 psi strength . D . Sheet 35A: Remove Sections 1 and 4 . E . Actual MSE wall panel and cast-in-place concrete joint dimensions equal those shown on the Mock-Up Details Sheet 35A. At the corner panel detail on Sheet 42, the horizontal length of the return panel is 3 feet. F . Sheet 41: a. Modified East MSE Wall 4 . Retaining wall ends at Station 282+05.71 , 52.91 ' RT. Please see Figure 5 for more information regarding Wall 4 and the grading at the end of the wall. b. Install 10' curb inlet at paving Sta. 282+07.60 as shown on Figure 5 . G. Sheet 42 : a. Remove note 4 b. The panel dimensions are 6'W x 2 .5'H Addendum No. 2 , Page 6 ADDENDUM NO 2 . H. Drainage Bid Item 10 BID-00092 "Riprap-lnstall" This is to be 4" thick 2000 psi concrete riprap with welded wire reinforcement 6X6- W2. 9xW2. 9 . This is based off the TxDOT detail , CRR , for concrete riprap RR9 . See Sheet 58 for location . See Figure 1 for more detail. I. Sheet 61 : Install hand rail (BID-00535) on retaining wall beginning at Sta. 278+85.31, 57 .37' RT. End hand rail at Sta. 279+22.38, 57 .39' RT. J. Sheet 64: Replace "Grass Sod Area" with "Hydromulch Seeding Area". K. Sheet 65 : The thickness for the wall stem should be 7", with 3.5" clear cover between front face of wall to the vertical bar L. Transverse Rebar in the footing should be "116@ 9 ". L. Sheet 66: The cast-in-place concrete is subsidiary to the articulating concrete blocks M . Sheet 74: Shoring tower is allowed on only one end of a segment outside of the channel. Any "temporary shoring support" or "temporary support" within the same segment represents strongback. A strongback is a term used for temporary support designed by the contractor to support the drop-in beams during construction . N. Sheet 74 : Stage 9-Replace "class H concrete" with "non-shrink grout" 0 . Sheet 123: Add note 7A "Leave a 1.5" wide ungalvanized strip at the top of beam flanges which are to receive shear studs. Center strip on beam centerline . Length of strip shall match placement length of studs plus 1.5" at each end . Any portion of beam not protected by direct contact with fresh concrete or hot-dip galvanizing shall be repaired with zinc solder." P. Sheet 124: a . Modify Note 1 to read : Shear studs shall be field installed . Do not install shear studs through form deck or galvanized surfaces. Stud weld to beams. All shear studs shall be field inspected to show a 360 degree flash and shall receive a light blow from a 5 lb hammer. All studs shall emit a ringing sound when hit. Any stud not meeting all of these requirements may be replaced or bent to 15 degrees from orig i nal axis. Any stud that fails the 15 degree bend test shall be replaced . Any stud that is bent to 15 degrees shall not be straightened . b . Section A-A -There should be 1 row of studs @ 6" c/c. c . "Lap Deck on Beam and Seal as req 'd do not attach " We do not want to damage the galvanizing of the beam top flange due to attachment of the deck. Q . Sheet 151 : a . 4 VIVDS will be placed around the intersection and the conduit runs modified accordingly. b . Electrical service was changed to a pedestal service and the conduit runs modified accordingly. R. Sheets 151 and 152: Signal Pole T-2 will move from the north side of the crosswalks to the south side of the crosswalks to an area behind the existing pole . The pole dimension chart will be updated as well as the conduit call-out. S . Sheets 162-165 Note 2 shall be modified to state: "At least one trail shall remain open on both sides of the river at all times, except when vehicular bridge beams are being set." Addendum No. 2 , Page 7 ADDENDUM NO 2 . T. Sheet 17 4 : There are three existing light fixtures to be demolished . In addition to the two shown and marked for demolition on Sheet 17 4 the third fixture is shown on the sheet but not marked for demolition . The unmarked fixture to be demolished is located in the island on the southwest corner of the lighting demo plan . Refer to Sheet 9 Demolition Plan for locations for all three pole locations. Note three should be changed as follows : "3. The contractor shall remove and salvage existing light poles and light fixtures. All salvaged light poles and fixtures are to be returned to the owner. Coordinate the delivery of the salvaged light poles and fixtures with Owner's representative ." U. Site access is possible at both sides of the river. On the west side , an existing haul road can be used to del iver equipment and materials. On the east side, site access is possible between the existing ROW line on the south side and the proposed new MSE wall for the roadway . As part of the means and methods of construction , contractor is responsible for determining the specific roadway improvements for delivering materials and equipment to the site. Access plan sheets numbered 1-4 are included in the addendum to provide further information and clarification . Improvements required for site access are considered subsidiary to the project. V. Pier Protection / Sidewalk Edge Band - a. Color-see Sheet 60 (Section) and Sheet 66 (Notes) Color Manufacturer: Scofield or equivalent as approved by Engineer Specification : per manufacturer recommendation System : per manufacturer recommendation b. A color sealer is not required c . The sawn control joints are not to be sealed d. The expans ion joints are to be sealed e. Concrete specification is flatwork concrete W . Paving Bid Line Item 61 Stairway Railing . See Sheet 35 for detail. Additional detailed information is included with this addendum in Figure 7. X . Paving Bid Line Item 56 Seat Wall Rail. See Sheets 32 and 33 for location of seat wall rail. The seat wall rail is similar to the pedestrian bridge rail but shorter in height. Additional detailed information is included with this addendum in Figures 8 and 9. Y . Drainage Bid Item 16 "2" seed injected blanket" The 2" Erosion Control Blanket is to reestablish vegetat ion in areas that are graded within the levee on the west side of the river and the existing trail on the east side of the river . The area that is covered by articulation concrete blocks will not be covered by the 2" seed injected blanket. For the limits of the 2 " seed injected blanket , see Figures 3 and 4. Z. Drainage Bid Item 18 "6 " Drain Pipe Non-Perforated " Demolition Plan Sheet 9 calls out "Remove concrete pad and connect exist PVC pipe to storm Trunk B". 6" Drain Pipe Non-Perforated item is to connect the existing drain pipe to Trunk Bat approximate station 4+40 . AA. Phase 1 and Phase 2 of the Storm Drain Traffic Control is shown on Figures 3 and 4. BB . Permanent metal deck form and prestressed concrete panels may be used on vehicular bridge. See TxDOT standards PMDI and PCP for details . All other provisions of the contract documents , plans and specifications shall remain unchanged . Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive . A signed copy of this addendum shall be placed into the proposal at the time of bid submittal. Addendum No . 2, Page 8 RECEIPT ACKNOWLEDGED: By:, ________ _ Company:, ______ _ ADDENDUM NO 2. William A. Verkest, P.E. DIRECTOR TRANSPORATION A~D PUBLIC WORKS DEPARTM~T J ! By : J )-,, -\ ., Leon Wilson, Jr\P.E. Transportation an'cl Public Works Department Addendum No. 2, Page 9 EXISTING CURB & GUTTER 6" MIN . COMPACTED FLEX-BASE MAT ERIAL NOTES: TRENCH REPAIR LIMITS \f;;.~c;::;:,.--BACKFILL MATERIAL PER DETAIL WTR -029 (SEE NOTE 3) 1. PLACE A MINIMUM OF 2" HMAC SURF ACE COURSE (TYPE "D" MIX) TO MATCH EXISTING HMAC PAVEMEN T GRADE AS SHOWN. 2 . PLACE COMPACTED FLEX BASE MATERIAL AS SHOWN. 3 . FLOWABLE FILL MAY BE REQUIRED TO BAC KFILL ALL TRENCHES IN DOWNTOWN STREETS AND IS OPTIONAL IN OTHER AREAS . IF FLOWABLE FILL IS REQUIRED. A SEP ARA TE PAY ITEM WILL BE PROVIDED FOR SUCH. 4 . ALL CONSTRUCTION MUST BE IN ACCORDANCE WITH THE CITY OF FORT WORTH STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION. CITY OF FORT WORTH , TEXAS TEMPORARY ASPHALT PAVEMENT TRENCH REPAIR DATE: JULY 2009 STR-030 SPECIAL SPECIFICATION 00211 2" SEED INJECTED BLANKETS 00211.1 DESCRIPTION. This work shall cons ist of furnishing , installing , maintaining and seeding a water permeable Compost Blanket to reduce soil erosion and sediment by preventing so il particles from water moving off site into adjacent waterways or storm water drainage systems . 00211.2 MA TE RIALS A. Compost The compost shall be a well-decomposed , stable , weed-free material derived from agricultural , food , or industrial residuals or bio-solids (treated sewage sludge). The material shall contain no substances toxic to plants and shall be reasonably free (less than 1 % by dry weight) of man-made foreign matter. The organ ic matter shall possess no objectionable odor and shall not resemble the raw material from which it was derived . The product shall be certified through the U.S. Composting Council 's (USCC) Seal of Testing Assurance (STA ) Program . The material shall meet the following requirements : Particle Size Non-Seeded Blankets 100% passing 2" 99% passing 1" 90% passing %" Seeded Blankets 100% passing 2" 95% passing Y:z " 60" passinc:i %" Moisture Content <40% Soluble Salt <6 .0 mmhos/cm Orqanic Matter 25-70% pH 6 .0-8 .0 Nitroqen Content (dry weight) >1 .0% B. Seed Varieties of seed and planting rates shall be determined by the Engineer. Seed should be incorporated at the time of application in the entire depth of the Compost Blanket. Seeding rates are generally similar or slightly higher than those used when considering application of seed via hydro seeding or other seeding methods . 00211.3 CONSTRUCTION A. Compost Blankets w ill be placed at locations indicated on plans as directed by the Engineer. Unless otherwise specified , Compost Blankets should be installed at a minimum depth of 1 ". For slopes : 3 : 1 or steeper a 1.6" or 2" depth should be used . B. Compost shall be pneumatically applied. C . Compost Blankets may be seeded at time of installation for establishment of temporary or permanent vegetation. Seed shall be incorporated at the time of application . Seed shall be specified by the Engineer. D. Compost Blankets are not to be used in direct flow situat ions or in runoff channels . 00211-1 00211.4 MAINTENANCE A. The Contractor shall maintain the 2" Seed Injected Blanket in a functional cond ition at all times and it shall be routinely inspected . 8 . Where the 2 " Seed Injected Blanket fails , it will be routinely repaired . 00211.5 METHOD OF MEASUREMENT A. Bid items shall show measurement as "2 " Seed Injected Blanket" per square foot , or per square yard , installed. 00211.6 PERFORMANCE A. Contractor is responsible for establishing a working erosion control system and may , with approval of the Engineer, work outside the minimum construction requirements as needed. B. Where the Compost Blanket deteriorates or fails , it will be repaired or replaced with a more effective alternative. 00211.7 AVAILABLE VENDORS A. Installation of Compost Blankets and Filtrexx Products may be purchased form the following Certified Installers : Soil Express LTD 166 W. Frontier Parkway Prosper, TX 75078 www.soi lexpress .com 972-347-2994 office 972-347-2997 fa x 00211-2 02488 HYDRO-MULCH SEEDING 1.00 GENERAL 1.01 WORK INCLUDED Furnish labor, material, equipment and incidentals necessary to prepare the ground, furnish and install fertilizer, water and hydromulching seed or a mixture of seed of the kind specified in areas disturbed by the construction operations . 1.02 QUALITY ASSURANCE [NOT USED] 1.03 SUBMITTALS Submittals shall be in accordance with 01300, SUBMITTALS and shall include : A. Texas Testing Seed Label B. Specification of fertilizer to be used 1.04 STANDARDS The applicable provision of the following standard shall apply as if written here in its entirety : Texas Seed Law 1.05 GUARANTEES The Contractor shall fertilize and reseed any area which fails to survive for a period of one year from the date the project is accepted by the Owner. 2.00 PRODUCTS 2.01 MATERIALS A. GENERAL Seed used must carry a Texas Testing Seed label showing purity and germination , name , type of seed, and that the seed meets all requirements of the Texas Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis shown on each tag shall be within nine (9) months of the time of delivery to the project. Each variety of seed shall be furnished and delivered in separate bags or containers. B. SEED The specified seed shall equal or exceed the following percentages of purity and germination : Common Name Purity Germination Common Bermuda Grass 95% 90% Gulf Coast Annual Rye 95% 90% C . MULCH The mulch shall be natural cellulose fiber mulch produced from griding clean, whole wood chips , or fiber produced from ground newsprint with a labeled ash content not to exceed 7%. The mulch shall be designed for use in conventional mechanical planting , hydraulic planting of seed or hydraulic mulching of grass seed, either alone or with fertilizers and other additives . Hydro-Mulch Seeding GRP08321 02488-1 - - 3.00 3.01 The mulch shall be such that, when applied , the material shall form a strong, moisture retaining mat without the need of an asphalt binder. D. FERTILIZER Pelleted or granulated type fertilizer of the composition for the season of the year at which applied shall be used : 1. Early season (April 1-June 1) 21-0-0 2. Normal season (June 1-Sept 1) 10-10-5 3. Late season (Sept 1-Nov 1) 6-12-12 EXECUTION PREPARATION After the areas disturbed by construction operations have been backfilled and completed to the orig inal pre-construction lines and grades shown on the plans and as provided for in other items of this contract , perform hydromulch seeding in accordance with the requirements hereinafter described . 3 .02 INSTALLATION A. CULTIVATION Cultivate areas to be seeded to a depth of at least 4". Cultivate the seedbed sufficiently to reduce the soil to a state of good tilth when the soil particles on the surface are small enough and lie closely enough together to prevent the seed from being covered too deep for optimum germination . Cultivation of seedbed will not be required in loose sand where depth of sand is 4" or more. Maintain the cross-section previously established throughout the process of cultivation and any necessary reshaping shall be done prior to any planting of seed . B. PLANTING SEASON AND APPLICATION RATES 1. Perform planting between the dates specified for each type except when specifically authorized in writing . The seeds planted per acre shall be of the type specified with the mixture , rate , and planting dates as follows : 2. Common Bermuda Grass -hulled , forty-five (45) pounds per acre -February through August or a combination of 3. Common Bermuda Grass -unhulled , forty-five (45) pounds per acre and Gulf Coast Annual Rye -unhulled , fifteen (15) pounds per acre -August through February. 4. Apply fertilizer uniformly at the average rate of four hundred (400) pounds per acre . C . HYDRO-MULCH (CELLULOSE FIBER) SEEDING Uniformly distribute the fertilizer , seed or seed mixture , in the quantity specified over the areas to be seeded . Mechanical equipment shall be such that all varieties of seed as well as fertilizer may be distributed at the same time , provided that each component is uniformly applied at the specified rate. When seed and fertil izer are to be distributed as a water slurry , apply the mixture to that area to be seeded within 30 minutes after all components are placed in the equipment. Upon completion of planting the seed , spread cellulose fiber mulch un iformly over the area at the following rates : Sandy soils with 3:1 slope or less -min . 2000 lbs/acre Sandy soils with greater then 3:1 slope -min . 2300 lbs/acre Clay soils with 3: 1 slope or less -min. 2500 lbs/acre Clay soils with greater then 3:1 slope -min . 3000 lbs/acre The rates are given in dry weight of mulch per acre . A mulching machine , approved by the Owner's Representative , shall be equipped to eject the thoroughly wet mulch material at a uniform rate to provide the mulch coverage specified . Hydro-Mulch Seeding GRP08321 02488-2 D. MAINTENANCE Contractor is required to install temporary irrigation lines along the completed embankment repair areas . After the initial application of the hydromulch seed ing , water the areas as soon as drying of the surface is evident. Repeat watering at such intervals as necessary to maintain a moist condition of the soil until final acceptance of the project. The watering shall be done in a manner which prevents excessive erosion of the soil. MEASUREMENT AND PAYMENT E. MEASUREMENT 1. Measurement for hydromulch seeding shall be made by the square yard complete and in place. Areas shall be measured based on their horizontal projection with no adjustments for sloped surfaces . 2 . No measurement shall be made for the work required by the Contractor to keep the grassed areas in a good , useable, living , weed free , condition including watering and fertilizing. F . PAYMENT 1. Payment for hydromulch seeding shall be made at the unit price bid per square yard for "Hydromulch Seeding", which price shall be full compensation for providing labor, equipment, materials , water, fertilizer, and weed control, and for ma intaining the slopes and areas to receive grassing , placing , watering , fertilizing, and maintaining the areas until final acceptance has been made and other work necessary and incidental to this phase of work. Hydro-Mulch Seeding GRP08321 END OF SECTION 02488-3 - TARRANT REGIONAL WATER DISTRICT P.O. Box 4508 Fort Worth, TX 76164 CRITERIA FOR CONSTRUCTION WITHIN AND ALONG THE LIMITS OF EXISTING FEDERAL FLOOD PROJECTION PROJECTS 1. Pamphlet Purpose. This pamphlet provides guidance to individuals, developers, architect-engineering firms, and local governmental agencies for the construction of new facilities or the modification of existing facilities within the limits of Tarrant Regional Water District's (TRWD) flood protection project. The guidance contained in this pamphlet applies to the activities described herein in most cases and serves as a supplement to the U.S. Army Corps of Engineers, Fort Worth District (CESWF) Pamphlet SWFP 1150-2-1. This pamphlet is in no way a substitution or replacement of the SWFP 1150-2-1 and should only be used for guidance on the floodway in addition to the abovementioned pamphlet. However, TRWD reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technological advances, additional information, etc. 2. Applicability. This pamphlet applies to any TRWD land owned or controlled by fee ownership or easement on the Fort Worth Floodway. 3. Project Purpose. A federal flood control project 1s designed to safely carry floodwater within the project and through a developed area. As such, any proposed developments within the project must keep the safe passage of floodwater as the first priority. The roles of the CESWF and TRWD are to maintain the integrity of the project while preventing negative impacts to the passage oLthe project design flood. 4. General Criteria for Construction within and along the Fort Worth Floodway. A. Submittals (1) Five paper copies and one electronic set of 10% plans, including an aerial map, are to be submitted to TRWD. A concept plan is not sufficient for initial review. The aerial map shall show the right-of-way boundaries of TRWD with specific levee toe and channel slope limits in the portion of the project being crossed, if applicable. (2) Within the initial submittal the construction starting date, completion date, and detailed project construction schedule, including sequence of construction prior to initiation of work shall be included. (3) TRWD will make every attempt to return initial comments within 45 days of submittal. B. Security (1) Site must remain secure with all gates closed and locked at all times. (2) Cable fencing that is removed for construction purposes mustbe secured at the end of each work day with suitable fence to prevent motorized traffic Page 1 of 4 from entering the floodway. Specifications for replacement of security fence , .. will be provided upon request. (3) Only vehicles and equipment required for construction are allowed in the construction area in accordance to and as stated in Texas Water Code Chapter 49.217. (a) All vehicles within construction area should be authorized by TRWD. (b) Construction employee vehicles shall not be allowed on the floodway at any time during construction. (c) Employee parking shall be provided off site. (4) All maintenance roads shall remain unblocked to allow passage in the event of an emergency. C. Construction involving the Trinity Trail System ( 1) No closure of the Trinity Trail is allowed . (2))Rerouting the Trinity Trail (a) If interference to the trail is required for construction, the trail must be re-routed using compacted 3 / 8" minus flex base or asphalt. (b) A trail detour plan, including signage must be submitted with packet. (c) Signs notifying trail users of upcoming project/ detour must be placed at least 1 week, but no earlier than 3 weeks before construction begins. (d) Posted signs must be of professional quality and not hand made. (3)Repairing/Replacing the Concrete Trail after construction (a)Replace using a minimum 6" thick 3000 psi concrete with 1' perimeter beams reinforced with #4 rebar tied 100% on 1' centers both ways. (b)Rebar shall be installed on plastic chairs. (c)Surface of trail shall be finished with a uniform medium-broom finish. (d)Trail must be 8' minimum width and no smaller than the existing trail. (4) Repairing/Replacing the Asphalt Trail after construction (a)Type B asphalt is required (b)#l flex base compacted 6" thick shall be use for the base (c)Finish grade shall have a smooth uniform surface and free of any surface defects or vertical deflection. (b)Trail must be 11' minimum width and no smaller than the existing trail. (d)Concrete may be required to replace asphalt at the discretion of the District D. Establishing Grass Post-Construction ( 1) All grass shall be re-established to existing or better condition. (2) A seed injected compost blanket minimum 2" depth shall be used on any slopes greater than 6: 1. (3) Seed Compositions (a) From September 1 through March 15 Common Bermuda and Wheat shall be used. (b) From March 16 through August 31 Japanese Millet and Common Bermuda shall be used. (4) The "natural areas" on the floodway shall be re-established using a specific wildflower seed mixture, approved by the District. Page 2 of 4 E. Any vaults installed within the Floodway shall be flush with the ground with no , .. greater than a 16: 1 earthen slope away from the vault. F. Erosion protection on the Flood way (1) Cabled Articulating Revetment Systems are to be used for erosion control (2) Riprap, gabions or concrete paving are not allowed and may not be substituted for the revetment systems. (3) Revetment systems must be a natural earth tone color. 5. Crossing Over Existing Levees at Grade. A . This method is not allowed on the Fort Worth Floodway. 6. Crossing Under Levees with Open Excavation. A . This method is not allowed on the Fort Worth Floodway. 7. Crossing Under Levees with Boring or Jacking Sleeves. A. Please refer to pamphlet SWFP 1150-2-1. 8. Horizontal Directional Drilling Under Levees and Channels. A. Please ref er to pamphlet SWFP 1150-2-1. 9. Bridges Crossing Levees. A. All storm water runoff from bridge decks must be piped into a collection device and then to the river to prevent erosion within the floodway. B. Cabled Articulating Revetment Systems are to be installed within the shadow line of the bridge where vegetation cannot be established. 10. Buried Lines Parallel to Levees and Channels. A. Please refer to .pamphlet SWFP 1150-2-1. 11. River and Channel Crossing Criteria. A . Cabled Articulating Revetment Systems are to be installed within the shadow line of the bridge where vegetation cannot be established. 12. Roadway or Railroad Crossings. A. Please refer to pamphlet SWFP 1150-2-1. 3. Discharge Structures. A. All storm water drainage structures are required to have a trash/ sediment/ oil collection system. B. All discharge points shall be installed below conservation elevation of the river. 14. Pump Discharge Pipelines Over Levees. A. Please refer to pamphlet SWFP 1150-2-1. 15. Electrical and Telephone Criteria for Overhead Wire Crossings. A. When possible, free standing poles should be used that do not require guy lines. B. if used, all guy wires shall be marked with a yellow or orange PVC cover. Page 3 of 4 C. Poles and guy wires shall not be installed within 21' of any other above ground . ·· obstruction to allow for maintenance vehicle passage 16. Low Dams or Diversion of Flows. A. Please refer to pamphlet SWFP 1150-2-1. 17. Process for Abandoning Existing Pipelines. A. Please refer to pamphlet SWFP 1150-2-1. 18. Construction of Recreation Facilities. A. Please refer to pamphlet SWFP 11.50-2-1. 19. Planting of Trees along the Floodway. A. Removed trees must be replaced on a 1: 1 caliper inch basis. Replaced trees shall be 3" to 5" caliper. The sum total of replacement tree diameter shall equal the removed tree diameter. B. Replacement trees must be irrigated for 2 years with subsurface drip irrigation. C. Trees shall be warranted for 2 years. 20. Oil and Gas Exploration Activities. A. Temporary Water Lines. (1) Contractor is required to mow a 10' strip on both sides of the temporary water line on a 2-week interval basis. (2) Where temporary water lines cross maintenance roads that are not a part of the trail system, a suitable crossing shall be constructed that provides a HS20 loading. Crossings are subject to frequent traffic by large tracked and rubber tire equipment. (3) Lines 3" or smaller. (a) Line must be bored under existing trail with a minimum depth of 2'. (b) Valve boxes with lids shall be placed 5' pn either side of the tr~il for connection points to bored lines. (4) Lines greater than 3". (a) Lines must be constructed overhead allowing a 9' clearance and spanning the width of existing trail. (b) Overhead structure must be stable, free from leaks, adequately anchored and free standing. (5) Specific means and methods regarding temporary water lines are to be submitted for approval. B. Water Pumps. ( 1) All water pumps must be placed in a containment structure capable of holding all liquids in the event of a pump malfunction. (2) All pumps placed below the top of the river channel must be removed each evening or at the end of each workday, unless supervision is provided 24 hours a day. (3) A containment boom must be placed in the river at a 50' radius from the extraction point. Page 4 of 4 liiiill Pamphlet No. 1150-2-1 DEPARTMENT OF THE ARMY U.S Army Corps of Engineers, Fort Worth District P.O. Box 17300 Fort Worth, Texas 76102-0300 Local Cooperation CRITERIA FOR CONSTRUCTION WITHIN THE LIMITS OF EXISTING FEDERAL FLOOD PROTECTION PROJECTS SWFP 1150-2-1 31 October 2003 1. Pamphlet Purpose. This pamphlet provides guidance to individuals , developers , architect-engineering firms , local project sponsors , and local governmental agencies for the construction of new facilities or the modification of existing facilities within the limits of an existing Federal flood protection project constructed by the U .S. Army Corps of Engineers, Fort Worth District (CESWF) and for which local project sponsors and/or local governmental agencies have the responsibilities for operation and maintenance . The CESWF, in accordance with Title 33 CFR, Section 208.10, retains the right of review and approval on all proposed improvements and /or modifications that are passed over, under, or through the walls , levees, improved channels, or floodways of such projects. The guidance contained in this pamphlet applies to the activities described herein in most cases ; however CESWF reserves the right to reconsider this guidance at any time due to unknown or unforeseen circumstances, technological advances, additional information, etc. 2. Applicability. This pamphlet applies to all Federal flood protection projects constructed by CESWF, and for which a letter of assurance agreeing to the operation and maintenance of the flood protection project has been furnished CESWF by the project's local sponsor. 3. Project Purpose . A Federal flood control project is designed to safely carry floodwater within the project and through a developed area. As such, any proposed developments within the project must keep the safe passage of floodwater as the first priority. The roles of the CESWF and the project local sponsor are to maintain the integrity of the project while preventing negative impacts to the passage of the project design flood. The CESWF will not allow the safety of the project to be compromised or the required design carrying capacity of the project reduced . 4. General Criteria for Construction Within a Floodway. a. As early as possible during the planning process, discuss preliminary proposals with the CESWF and the local sponsor to avoid major revisions or project delay . The local sponsor may make any requirements of this Pamphlet more stringent than those contained herein . Concept proposals may be submitted for review . Submit the proposed construction starting date and the detailed project construction schedule, including sequence of construction prior to initiation of work. b. Construction may not start until final written contract drawings and plans have been reviewed and approved in writing by both the CESWF and the local sponsor. c. Furnish five (5) sets of plans and specifications for the proposed work to the CESWF, Operations Division, ATTN: CESWF-OD-M, via the local sponsor sufficiently in advance of proposed construction to allow adequate time for review and approval. A vicinity map shall be included in the plans showing the right-of-way boundaries of the flood protection project with specific levee toe and channel slope limits in the portion of the project being crossed , if applicable. This pamphlet supersedes SWFP 1150-2-1 dated 15 October 1985. d. If boring, jacking, or tunneling operations are planned; detailed designs, calculations, and construction procedures must be provided for review . See subsequent paragraphs for additional details and required procedures. e. Practice approved construction methods and best management practices to minimize erosion at the construction site. All work shall be performed in such a manner as to be as environmentally friendly as possible. This includes making every effort to reduce the turbidity of the water at the site , such as by limiting the amount of time construction equipment is in the water. A storm water pollution prevention plan (SWPPP) must be included in the final project submittal. f. When construction work is in progress in a project located downstream of a Federal dam, a request from the contractor for changes in regulated releases will be considered on individual cases only. Normally, regulated releases from upstream lakes for evacuation of floodwaters, water supply, recreation , or other purposes considered to be in the best interest of the public will have first consideration. A flood event could occur at any time during construction activities and could affect these activities. g. Construction equipment, spoil material, supplies, forms, buildings for inspectors, labs , or equipment and supply storage buildings, etc., shall not be placed or stored in the floodway during construction activities. Any item that may be transported by flood flows shall not be stored within the project. Locations of construction trailers and stockpile areas shall be included on project plans and approved by the CESWF and the local sponsor. h. In addition to other requirements set forth in this Pamphlet, permits may be required under Section 10 and Section 404 for the desired work. These permits require a minimum of 90 days to process . It is recommended that contact with the CESWF Regulatory Branch be initiated in the early planning stages to prevent delays . i. Repair or replace any maintenance and operation roads disturbed during construction to a condition equal to or better than their condition before construction. All roads must be inspected by the local sponsor prior to completion of the project. j. Compact all fill and backfill in 6-inch lifts as specified in job specifications approved by the CESWF. Compaction shall be to at least 95 percent of modified density as specified in ASTM D-1557. All backfill shall consist of impervious materials. Reestablish vegetation to its original condition or better. Remove all excess material from the limits of the floodway. k. Provide scour protection consisting of articulating revetment system protection capable of being re- vegetated at the outfall of stilling basins designed according to the issuing jet velocity. If approved by the local sponsor, riprap, gabions , or concrete paving may be substituted for the revetments. I. The crown or crest of the levee referred to in this pamphlet is the original or design levee crest elevation . This may or may not be the same as the current levee crest elevation. All modifications shall be based on the higher of the two elevations. m . Upon request, the CESWF Hydrology and Hydraulics Section may provide applicable hydraulic models to be used for design . n. Any permanent disturbance of existing recreation facilities must be mitigated. o. Sump areas adjacent to federal projects are considered an integral part of the federal project and any modifications to them will be reviewed and approved in accordance with this Pamphlet. SWFP 1150-2-1 2 - 5. Crossing Over Existing Levees At Grade. a. The local sponsor may decide to not allow any proposed crossing over existing levees at grade . b. No excavation or notching will be performed into or on the levee , or within the levee template. c. Strip topsoil from the levee and place the line up and over the levee template slopes at grade . This will require rather abrupt line grade changes at the levee crest. Cover the new line by placing new fill uniformly on the slopes and top of the levee to slope away from the line and parallel to the longitudinal axis of the levee. Provide a minimum of 2 feet of cover over the new line . The slope of the fill shall be 1 vertical on 20 horizontal or flatter. Replace the topsoil, reestablish grass on all disturbed areas, and restore any roadways . d. All valves located within 15 feet of either side of the projected toe of the levee shall be provided in a concrete box enclosure with a manhole type cover. Valve boxes located within the floodway shall be underground and flush with the surface. If the valve box is placed in the levee crest, the bottom of the excavation shall be not lower than one foot above the design water surface elevation . Fill shall be uniformly placed to slope away from the top of the valve box. If possible all valves shall be placed on the landside of levees a minimum of 15 feet from the projected levee toe . e. Provide water-tight sealed manhole covers for all manholes within the floodway having tops below design water surface elevation . Fasten manhole covers to the manhole structures. 6. Crossing Under Levees with Open Excavation. a . Provide a temporary ring levee (cofferdam) on the riverside of the existing levee at the location of the subject crossing to the same top elevation as the existing levee. This ring levee shall have a minimum crest width of 10 feet and sides slopes of 1 vertical on 3 horizontal or flatter. Construct the levee of impervious materials according to the provisions specified in Paragraph 4j . b. When the temporary ring levee is complete , excavate through the existing levee using one vertical on three horizontal cut slopes. The toe of the levee and ring levee shall be a minimum of 20 feet (measured horizontally) from the top edge of the excavation. c. Generally , sources for borrow materials shall not be located within the limits of the floodway right-of-ways. In addition , depending on the type of soil and whether or not pervious materials or unstable materials exist in the foundation of the existing levee , it may be desirable to limit the depth of excavation or specify a minimum distance from the land-side toe of the levee. All excavated slopes shall be properly designed and the drawings sealed by a registered professional engineer. d . After the line has been placed , the open excavation will be compacted in accordance with Paragraph 4j . When backfill operations are completed , the entire foundation area to be occupied by the replaced levee fill shall be scarified , plowed , and/or harrowed to a depth of 6 inches , and then compacted by at least 16 complete passes of the tamping roller or 95 percent modified density , whichever is more rigorous. e . Accomplish levee replacement by placing fill in 6-inch lifts and compacting by not less than eight complete passes of a tamping roller or at least 95 percent modified density. After compaction, the moisture content shall be within the limits of 3 percentage points above optimum to 2 percentage points below optimum moisture content. SWFP 1150-2-1 3 - - f. Determine the in-place moisture content and density of the levee fill on a frequency of about one sample for each 2500 cubic yards of backfill placed in the levee. g. When the breached levee has been reconstructed to its original grade, remove the temporary ring levee and dress and turf the surface areas of the plugged section. h. Provide water-tight sealed manhole covers for all manholes within the flood protection project having tops below design water surface elevation. Fasten manhole covers to the manhole structures. i. For pipelines, install a positive cut-off structure to prevent water from the riverside flowing through the pipeline to the landside. If located on the riverside of a levee , extend the cut-off structure to the levee crown elevation by bridge. This structure must be accessible no matter what flood condition may exist. The closure device must be operational by manpower, if necessary. j. Provide gravity storm drains discharging into the floodway with automatic flap gate(s) at the discharge end of the line and energy dissipaters , as required. The owner or local sponsor, as per written agreement, shall be responsible for inspection and maintenance to ensure proper operation of the flap gates. k. Use monolithic conduits or conduits with water-tight joints under the levee and levee template . 7. Crossing Under Levees with Boring or Jacking of Sleeves. The sequence of work shall be as follows: a. Excavate the boring and jacking pit (must be on the land side outside the projected toe of the levee template slope). b. Bore and jack the sleeve to a point beyond the projected riverside toe of the levee template slope. c. If the difference in the diameters of the bore and sleeve exceeds 3 inches , the annular space shall be pressure grouted with bentonite slurry . d. Place the product line in the sleeve . e . Pressure grout the product line in sleeve with bentonite slurry. f . Excavate the pit on the riverside and construct a manhole with gate valve placed on inside face of manhole away from channel. Tie line from sleeve under levee into manhole with gate valve . g. Tie line from sleeve under levee into a manhole on landside. h. During work on items a through h, a plug will be required to be placed and braced at the open end of the sleeve and pipe located in the jacking pit at the close of work each day. This plug must remain in place until the gate valve is installed and connections made to ensure protection from flooding from the river. 8. Horizontal Directional Drilling Under Levees and Channels. a. Detailed contractual drawings , plans , procedures , and engineering calculations shall be provided to CESWF for review. These must include all the requirements of Paragraph 4 above and the following additional items: (1) Inside diameter of the final bore hole and outside diameter of the product casing. SWFP 1150-2-1 4 - (2) Detailed description of construction and horizontal boring methods to be utilized . (3) If the difference in the diameters of the final bore and product casing exceeds 3 inches, provide the method of pressure grouting the annular space between the outside of the product casing and the inside of the bore to prevent seepage under the levee template during maximum river stages. (4) A profile of the proposed line showing alignment (including location of the river and levees). (5) Location of entry and exit points , location, elevations and proposed clearances for all utility crossings and structures (6) Right-of-way lines, property, and other utility right-of-way or easement lines (7) Depth under the base of the levee , depth of the line under the river channel, and location of both ends of the string. If the proposed depth of the string directly below the base of the levee is les s than 30 feet , then detailed engineering calculations sealed by a registered professional engineer shall be provided for review. These calculations must show a minimum 1.5 factor of safety against hydro-fracturing to be acceptable . b. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure, gage calibration method, and responsibility for assuring that the pressure is not exceeded. c. The minimum clearance distance from the top of the pipe encasement to the original design river bottom elevation shall be 7 feet. Should the existing channel bottom elevation be lower than original design grade , the new line shall be the discussed depth below the existing bottom elevation . d. Develop and provide a quality control plan for the project that includes the maximum allowable drilling pressure , gage calibration method , and specific responsibility for assuring that the press ure is not exceeded. During the drilling process, the pressure in the borehole must be monitored to ensure that the operational drilling pressures remain within the safe limits to prevent soil fracturing . The name of the party responsible for monitoring the work mu st be specified. 9. Bridges Crossing Levees. a. The bottom of low steel of the bridge shall be above the design crest elevation of the levee. No notching into the levee will be allowed. b. All bents should be located to minimize the number of bents located within the template of the levee. Driving of piles within the template of the levee will not be allowed. Bents at these locations should onl y be designed as drilled piers. c. Bridges will not be located where their construction will block maintenance access roads presently located within the floodway. d. All storm water runoff from bridge decks must be piped to grade to prevent erosion within the floodway. e. Re-vegetated mat type slope protection must be provided from the top of the levee to the floodway bottom under the shadow line of the bridge . SWFP 1150-2-1 5 - - - - - - f. The bridge must be designed to minimize the number of pier bents. If the new bridge is within 500 feet of an existing bridge the new pier bents must be in alignment with the adjacent bridge. 10. Buried Lines Parallel to Levees and Channels. a . Buried lines parallel with a levee (either on the river side or land side) will not be allowed where the buried lines final location will be within the extended template of the levee. For example , a line buried 5 feet deep must be at least 15 feet away from the toe of a levee with a 1 vertical on 3 horizontal slope. b. Sumps , ditches , swales, or other project features crossed by the buried line shall be restored to their pre construction condition . c. Buried lines parallel with the channel bank must be at least 25 feet from the projected river channel slope template. d. When a buried line crosses a discharge channel , place the line on piers with the piers aligned so as to provide minimal obstruction to flow in the discharge channel and designed so as to catch minimal debris. The preferred alternative would be to place the line under the discharge channel and encase it with concrete . Extend the encasement am inimum of 5 feet beyond the top of the channel side slopes . 11. River and Channel Crossing Criteria. a. Crossings Under Rivers and Channels by Open Excavation: (1) Bury the line a minimum of 7 feet below the original design river bottom elevation. Should the existing channel bottom elevation be lower than original design grade, the new line shall be the discussed depth below the existing bottom elevation. (2) Sufficiently anchor or encase the line to prevent floatation. (3) Backfill the excavation with material similar to that excavated. If soil is excavated , backfill with compacted impervious fill material and if rock is excavated , backfill with concrete. ( 4) No cofferdam fill type crossings shall be allowed in water greater than six (6) feet in depth, and will then only be allowed if geotechnical and structural designs prove that sheet piling would not be a viable method. b. Crossings Over Rivers and Channels. (1) Provide a minimum freeboard between the low point of the crossing and the design water surface elevation of three feet or to the top of any levee, whichever is higher. (2) The obstruction caused by the supporting bridge and its piers shall not significantly reduce the carrying capacity of the floodway. No longitudinal cross bracing will be used. (3) Submit final plans and hydraulic computations to indicate that the proposed project would not reduce the floodway capacity. ( 4) Projects crossing navigable waterways (Trinity River downstream from Riverside Drive in Fort Worth, Texas) shall require a United States Coast Guard permit. Clearances and requirements shall be as directed by the Coast Guard. SWFP 1150-2-1 6 .... - 12. Roadway or Railroad Crossings . a. The low steel of a bridge shall have an elevation not lower than the crown of the levee or top of bank or 3 feet above the design water surface, whichever is higher. Contact CESWF for the current design water surface at the location of the proposed roadway crossing. Additional clearances shall be required for fixed spans over navigable waterways . b. Submit final plans and hydraulic computations to indicate the proposed roadway or bridge would not reduce flows or project capacity. Projects will not be approved that reduce the carrying capacity of the project. c. Any roadway over a navigable waterway will require a permit from the United States Coast Guard. d. See Paragraph 9 for special requirements for crossing levees. e. Hold temporary roadway fill to a minimum to prevent increasing the water surface elevation should a flood occur during the construction period. Construct all temporary ramps from levees going in a downstream direction . This will prevent flows from being directed into the face of the levees. 13. Headwall, Chutes, Gate Valves, Flap (Automatic) Gates, etc. a . Install headwall , gate valve structures , flap (automatic) gates , and other types of outfall structures in such a manner to prevent obstruction of flow or creation of scouring conditions within the project. All headwalls must transition with the slope and flow discharge points must be at an elevation equal to the bottom of the slope or at the normal water surface. Chutes will not be allowed unless they are the only viable alternative. b . All structures shall be installed in such a manner so as to not create maintenance problems. 14. Pump Discharge Pipelines Over Levees. a . The invert of the discharge shall be at the toe of the protective works (levee) and shall be free-vented at the highest point. For very large lines deviation from this criteria may be considered , but under no condition shall excavation be permitted into the levee. See Paragraph 5 for requirements for crossing over a levee on grade. b. Flap (automatic) gates are not required at the outfall of the discharge lines. 15. Electrical and Telephone Criteria for Overhead Wire Crossings. a. The local sponsor may require directional boring under the levee as opposed to an overhead crossing. b. No structure (poles or otherwise) shall be located closer than 15 feet from the toe of any levee. c. No structure (poles or otherwise) shall be located closer than 15 feet from the top of any channel slope . d . Provide a minimum vertical clearance of 28 feet between the crown of the levee and the low wire at the low point of the wire at the levee crossing computed under the most adverse conditions (temperature, wind , load , etc.). SWFP 1150-2-1 7 e. Provide a minimum vertical clearance of 28 feet between the natural ground and the low wire at the low point of the sag in the area of the project channel , or three feet above the project design water surface level , whichever is higher. (Check Electrical Code for minimum clearance of high voltage lines.) f . Locate guy wires and anchors in such a manner that they do not interfere with the operation and/or maintenance of the channel , levees , or related structures. No anchors may be placed on the levee. 16. Low Dams or Diversion of Flows. a. Submit plans , hydraulic and structural computations , and specification s for low dams or other obstructions for review and comments prior to the construction of any type dam structure in a project area. These plans will be reviewed to determine if adverse hydraulic or structural effects would occur within the project as a result of the proposed construction. Prior to an extensive engineering study for any type of water barrier in a project, the CESWF and the local sponsor will review the concept plan, proposed location, and purpose . b. Diversion of flows into or out of a project area shall be reviewed as to possible adverse hydraulic or structural effects. 17. Process for Abandoning Existing Pipelines. a. Requests to abandon existing buried pipelines within a project shall be submitted in writing to CESWF and the local sponsor. No buried line within a floodway may be abandoned without the review and approval of CESWF and the local sponsor. b . As a minimum , the portion of the abandoned pipeline under a levee shall be completely filled with concrete or grout to prevent seepage through the abandoned line durin g flood conditions. c . Abandoned buried pipelines that are located on floodway property , but are not located under a levee shall be plugged at each end with concrete or grout. d. Any structures associated with abandoned buried pipelines, for example, manholes , shall be removed and the resulting hole filled and compacted in accordance with the provisions in paragraph 4j . e . Above-ground abandoned pipelines shall be removed from floodway right-of-way , including any associated structures. 18. Construction of Recreation Facilities. Submit plans to the CESWF for review and approval on any proposed recreation type facilities to be constructed in an existing or approved Federal project area. Each plan shall include hydraulic computations and will be reviewed for individual and cumulative effects to determine if the proposed construction would produce adverse effects on an existing or approved project area. If adverse effects on the carrying capacity of the project are determined, the project will be disapproved. The local sponsor may construct minor recreation improvements as needed so lon g as final as- built plans are provided to CESWF . 19. Planting of Trees Within a Floodway. a. The purpose of a Federal flood protection project is to carry floodwater through an urban area. Anything in the floodway that restricts flow or can catch floating debris will reduce the carrying capacity below its design limits and will not be allowed . The local sponsor is directed to remove all trees on the SWFP 1150-2-1 8 levees or adjacent to the channel and also as many other trees and obstructions within the floodway as reasonably possible. b. Planting of trees on the levees will not be allowed nor approved . c. Planting of additional trees within existing flood protection projects or adjacent to channels is not encouraged and will be evaluated only on a case-by-case basis. Only trees with deep-type root systems and high canopies may be planted in selected areas of existing flood protection projects. The plantings shall be a minimum of 50 feet away from the toe of the levee or the top of the channel bank. Trees may be placed no closer than at an average spacing of 100 feet , center-to-center. Prune trees to permit mowing immediately adjacent with tractor type mowers. No bush or vine type plants will be permitted. Minimum application of ground cover plants for slope protection will be allowed , subject to approval by the local sponsor. d. Submit a coordinated planting plan with hydraulic computations for review and approval. This plan must also show all existing trees within 1000 feet of the proposed new trees . CESWF-EC-DG DISTRIBUTION: SWFP 1150-2-1 CAROL J. SHEAD Publications Control Officer 9 ~---;:,;;, -~.,. AFTER RECORDING, RETURN TO: City of Fort Worth, Texas l 000 Throckmorton Fort Worth. Texas 76102 Attention : Real Property Management -... \ \ \ c-·: ' ... ,··.· ·.· -·· /' \ \ \ \ \ I \ , ~··· NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. BRIDGE EASEMENT AND RIGHT-OF-WAY AGREE.MENT STATE OF TEXAS * • COUNTY OFT ARRANT * KNOW ALL MEN BY THESE PRESENTS : THAT TARRANT REGIONAL WATER DISTRICT, A Water Control and Improvement District, a body politic and corporate under the laws of the State of Texas, whose mailing address is P. 0. Box 4508, Fort Worth, Texas 76164-0508 (herein called "Grantor"), for and in consideration of the sum of TEN AND NO/I 00 DOLLARS ($10.00) and other good and valuable consideration to Grantor in hand paid by the CITY OF FORT WORTH, TEXAS, a municipal corporation of Tarrant County, Texas, whose mailing address is 1000 Throckmorton, Fort Worth, Texas 76102, Attention: Real Property Management (herein called "Grantee"), the receipt of which is hereby acknowledged, has BARGAINED, GRANTED, AND CONVEYED, and by these presents does BARGAIN, GRANT, AND CONVEY, unto the said Grantee an easement and right-of-way (the "Easement") for the uses hereinafter stated on, over and across the lands that are described by metes and bounds on Exhibit "A" attached hereto and incorporated herein for all purposes and depicted on Exhibit "B" attached hereto and incorporated herein for all purposes (the "Land"). The terms and conditions of this Bridge: Easement and Right-of-Way Agreement (the "Agreement'') are as follows : l. Permitted Uses. The Land shall be used by Grantee only for the construction. reconstruction, operation. maintenance, repair, alteration, replacement, survey, inspection, and removal of one bridge for pedestrian and vehicular traffic, together with such foW1dations, piers and substructures as are necessary to support the bridge (collectively, the "Facilities"). No building, structure, or improvement other than the bridge and necessary supporting structures shall be placed, constructed, or maintained in, on, or under the Land. 2. Approval of Plans. All Facilities authorized hereunder shall be constructed pursuant to plans and specifications (the "Plans") to be submitted to Grantor prior to the conunencement of construction . No operations relating to the: construction of the Facilities shall be commenced until the Plans therefor have been submitted to and approved in writing by Grantor. Grantor, by giving such approval. shall not assume any responsibility or liability with respect to such Plans. -1- ,,. _,. "'.":~\ 1' : ~.-~--~·r ._:· rf1 ~~~ • ...-::J 7 :J) liiil 3. Permits. Grantee shall obtain all required permits related to the construction, reconstruction, operation, maintenance, use and repair of the Facilities. By its acceptance and recordation hereof, Grantee represents and warrants that it has obtained (or will have obtained prior to the exercise of any rights hereunder) all permits, authorizations and approvals required by any governmental authority, including, without limitation, the United States Army Corps of Engineers. 4 . Reservation of Minerals. There is reserved to Grantor, its successors and assigns, and not conveyed hereby, all of the oil, gas and other minerals in, on or under the Land, but Gnmtor waives all rights of ingress and egress to the surface of the Land for the purpose of exploring, developing, mining, or drilling therefor; it being specifically agreed that no operation relating to such mineral reservation will be conducted on the surface of the Land. The foregoing waiver of surface rights shall not be construed to prohibit Grantor from using the surface of any lands other than the Land for activities related to the development or production of the oil, gas and other minerals in and under the Land nor shall such waiver be construed to prevent Grantor from developing or producing the oil, gas · and other minerals in and under the Land by pooling or directional drilling under the Land from well or mine sites located on lands other than the Land. Notwithstanding the foregoing reservation, Grantee shall have the right and privilege to own, use and remove from the Land all sand, gravel, dirt, rock and other similar materials as may be necessary in exercising the rights granted herein. 5. Performance of Work. All work done in connection with the Easement shall be performed in accordance with the Plans and as expeditiously as possible so as not to interfere unreasonably with the use and occupancy of the Land by Grantor, its agents, representatives, employees, licensees, and invitees. In performing the work or causing the work to be performed, Grantee shall make adequate provisions for the safety and convenience of Grantor, its agents, representatives, employees, licensees, and invitees, and shall cause all work to be cleaned up properly and promptly in order to minimize disruption or inconvenience. Grantee shall construct and operate the Facilities at its sole cost and expense. Grantee shall perform all work necessary in connection with the construction, reconstruction, operation, maintenance, repair, alteration, replacement, survey, inspection, and/or removal of such Facilities in a good and workmanlike manner in conformance with sound and accepted engineering practices. After any disturbance of the surface of the Land for any purpose authorized hereunder (whether in cormection with initial construction; any reconstruction; any operation, maintenance, or repair; any alteration or replacement; any survey or inspection; removal; or otherwise), Grantee shall restore such surface to the same condition as existed before any such disturbance. Further, if any improvements of Grantor are disturbed, damaged, or destroyed by the operations of Grantee hereunder, Grantee agrees to replace and restore such improvements to a condition at least as good as existed before any such disturbance, damage, or destruction . The Facilities shall at all times be constructed, kept, operated, and maintained in a safe condition and in full compliance with all applicable federal , state, municipal, and other laws , statutes, regulations, ordinances, and orders. 6 . Removal or Relocation of Facilities. It is specifically understood and agreed by Grantee that the Land is located within the Fort Worth Floodway. In the event that the United States Army Corps of Engineers should require the removal or relocation of the Facilities in connection with the operation of the Fort Worth Floodway, Grantee agrees to perform such required removal or relocation promptly and agrees to be solely responsible for all costs and expenses associated therewith. Further, Grantee hereby releases, relinquishes, and discharges Grantor and the ··2- United States Army Corps of Engineers, and their respective officers, directors, agents, seivants, employees, attorneys, successors, and assigns, from and against any and alJ liabilities, costs, or expenses resulting from, arising out of or in connection with, or relating to any required removal or relocation of the Facilities. 7 . Reseivations and Exceptions to Grant. The Easement is expressly made subject to (i) any and all visible and apparent easements and rights-of-way over or across the Land, whether of record or not; (ii) any and alJ existing restrictions, reservations, covenants, conditions, oil and gas leases, mineral severances, and other instruments, other than conveyances of the surface fee estate, that affect the Land and are shown of record in Tarrant County, Texas; (iii) Grantor's operation, maintenance and control of the Fort Worth Floodway as local sponsor for the United States Army Corps of Engineers; (iv) all rules, regulations and directives of Grantor and the United States Anny Corps of Engineers relating to the operation, maintenance and control of the Fort Worth Floodway; (v) all reservations, restrictions, covenants, tenns and conditions contained herein; and (vi) any and all zoning laws, regulations, and ordinances of municipal and other governmental authorities relating to the Land, but only to the extent that they are still in force and effect (collectively, the "Permitted Exceptions"). Grantor hereby reserves to itself, its successors and assigns, the right to use and enjoy the surface and subsurface of the Land for any and all purposes so long as such use does not adversely interfere with the rights herein granted to Grantee, and provided further that the surface of the Land will not be used for mineral exploration or development. In addition to all other rights reserved herein and not in limitation thereof, Grantor specifically reserves the right of passage over the Land. 8. Automatic Reverter. The Easement, and all rights and privileges granted herein, will automatically terminate if and when the Easement is no longer used for the purposes set out herein. In the event of such termination of use, Grantee agrees to execute and deliver to Grantor a document in recordable form releasing all of Grantee's rights hereunder, but the failure to execute and deliver such a Release shall not affect Grantor's ownership of the Land free and clear of any claims, rights , or privileges of Grantee. 9 . RELEASE. Grantee, on behalf of itself: its successors and assigns, hereby releases, relinquishes, and discharges, Grantor, and Grantor's officers, directors, agents, servants, employees, attorneys , successors, and assigns, from and against any and all claims, demands, liabilities, suits, causes of action, obligations, damages, injuries, losses, penalties, costs, (including, without limitation, attorneys' fees, court costs, consultant fees, expert fees, and other litigation related expenses), of whatsoever kind or character, directly or indirectly resulting from , arising out of or in connection with, or relating to (i) any use or occupation of the Land by Grantee or any its officers, directors, agents, servants, employees, contractors, or subcontractors; (ii) any condition of the Land or any condition of the structures, equipment, facilities, or other improvem ents situated on or under the Land ; (iji) any use or occupation of the lands burdened by the Temporary Construction Easement by Grantee or any of its officers, directors, agents, servants, employees, contractors , or subcontractors; (iv) any condition of the lands burdened by the Temporary Construction Easement or any condition of the structures, equipment, facilities, or other improvements situated on or under the lands burdened by the Temporary Construction Easement; (v) the construction, installation, reconstruction, reinstallation, operation, maintenance, inspec tion, alte ration, replacement, repair, relocation within the Easement or removal of any of the Facilities; (vi ) any damage to or destruction of any of the Facilities from any cause whatsoever; and (v ii) any removal or relocation of the Facilities, in whole or in part , that may be required in connection with _.. -3- the operation of the Fort Worth Floodway. This release extends to and includes any and all claims for bodily injury, death, sickness, disease, property damage or destruction, consequential damage, or economic loss caused to or suffered by any person or property, including Grantee, and Grantee's agents, servants, employees, contractors, successors or assigns, or any other person or entity. This release shall survive termination of the Easement. 10. Prohibition on Assignment. This Agreement may not be assigned by Grantee, in whole or in part, without the prior written consent of Grantor. Any purported assignment without such written consent shall be void and of no force or effect. I J. Acceptance of Agreement. By signing this Agreement, Grantee has agreed to and accepted the terms, conditions, benefits, and obligations contained herein. Grantor has agreed to grant the Easement in reliance upon Grantee 's representation that Grantee agrees to and accepts the terms, conditions, benefits, and obligations contained herein . 12 . Binding Effect. The terms and provisions of this Agreement shall inure to the benefit of and be binding upon Grantor and Grantee and their respective successors and assigns and shall be covenants running with the land. 13. Entire Agreement. This Agreement contains all of the agreements between the parties respecting the subject matter hereof, and no prior representations or statements, verbal or written, have been made modifying, adding to, or changing the terms of this instrument. I 4. Amendments. No amendments, modifications, or revisions of this Agreement shall be effective unless made in writing, dated subsequent to the date hereof, and signed by the parties hereto, or their respective successors or assigns. TO HA VE AND TO HOLD the Easement, together with all and singular the rights and appurtenances thereto in anywise belonging, subject to the Permitted Exceptions and all other terms and conditions stated herein, unto Grantee, its successors and permitted assigns, for so long as the Easement is used for the purposes stated herein, and upon cessation of such use, all rights, titles, and interests vesting in Grantee, its successors and permitted assigns, by virtue hereof shall automaticaUy cease and determine. Grantor does hereby bind itself, its successors and assigns, to WARRANT AND DEFEND all and singular the Easement unto Grantee, its successors and permitted assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof, by. through, or under Grantor, but not otherwise, subject, however, to the Permitted Exceptions, the automatic right of reverter and all other terms and conditions stated herein. [SIGNATURE PAGE FOLLOWS) -4- ~ EXECUTED th is 5"'-day of Feentftf)', 2010. ST A TE OF TEXAS * * COUNTY OF TARRANT * GRANTOR: TARRANT REGIONAL WATER DISTRICT, a Water Control and Improvement District By:_R~~c:;____-==--- R Steve Christian Real Property Director GRANTEE: CITY OF FORT WORTH, TEXAS By :~•-'~ - Printed Name: ____________ _ Title: ________________ _ The foregoing instrument was acknowledged before me on this -5 day of ~~ 2010, by R. Steve Christian, Real Property Director of Tarrant Regional Water District, a Water Control and Improvement District, on behalf of said District. -5- - ST A TE OF TEXAS * * COUNTY OF TARRANT * The foregoing inwument was acknowledg~ bef?re me on this 3hA. . day of~ 2010, bylP.rQ:)fdD U>2:fO , ~[s::ftlo+C.r+q M7~r of the Ctty of Fort Worth, Texas, a municipal corporation, on behalf of said C)y. EVON1A oANELS M'f COMMISSION EXPIRES Jllf 10,2013 tary Public, State of Texas , Printed Name: CVOO jO De, O\d S My Commission Expires: .::W ty LO . Wt.;;, J P:\TRWO\C'ITYFW\Main St=t Bridge\Bridgc Easement & ROW Agrccmcntdoc -6- - - CLEARFORK MAIN STREET PROJECT NO. 00107 TPWNO.C221 PERMANENT BRIDGE EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 Being a permanent bridge easement situated in the S. C. Inman Survey, Abstract No. 824, City of Fort Worth, Tarrant County, Texas, and being a portion of a tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4559, Page 1 of said Deed Records of Tarrant County, Texas, and also being all of a tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 of said Deed Records of Tarrant Cowity, Texas, said permanent bridge easement being more particularly described by metes and bounds as follows: BEGINNING at a point for the intersection of the northerly right-of-way line of Clearfork Main Street (a variable width right-of-way) with the northwesterly line of said tract of land deeded to Tarrant Cowity Water Control & Improvement District Number One as recorded in Volume 4559, Page l, said point being in the southeast line of a tract of land deeded to Edwards Geren Limited as recorded in County Clerk's File No. D197175014 of said Deed Records of Tarrant Cowity, Texas; THENCE South 63 degrees 44 minutes 20 seconds East, a distance of 498.20 feet to a point for comer; THENCE North 29 degrees 22 minutes 00 seconds East, a distance of 11.40 feet to a point for corner; THENCE South 60 degrees 38 minutes 00 seconds East, passing at a distance of 95.34 feet, a 3/4 inch iron rod found for the most southerly southwest corner of a 0.522 acre tract of land (by deed) deeded to Kinderplatz of Fine Arts, Inc. as recorded in Volume 13025, Page 160 of said Deed Records of Tarrant County, Texas, in all, a distance of 295.64 feet to a 5/8 inch iron rod found for the southeast comer of said 0.522 acre tract of land, said 5/8 inch iron rod being the southwest corner of Lot 1 R, Block 3 of Stonegate Addition, an addition to the City of Fort Worth, Tarrant County, Texas, as recorded in Cabinet A, Slide 2399 of the Plat Records of Tarrant County, Texas, said 5/8 inch iron rod also being the northwest corner of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4525, Page 623, said 5/8 inch iron rod also being in the southeast line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4559, Pagel; THENCE South 60 degrees 37 minutes 40 seconds East, with the northeast line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with the southwest line of said Lot 1 R, passing at a distance of 29.54 feet a 5/8 inch iron rod with cap found for comer in the southwest line of said Lot lR, said 5/8 inch iron rod with cap being in the northeast right-of-way line of Stonegate Boulevard (a 120.0' right-of-way), in all, a distance of 55 .90 feet to a point for the northeast corner of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4525, Page 623; GORRONDONA & ASSOCIATES. INC . 6707 BRENTWOOD STAIR ROAD SUITE SO FORT WORTH, TEXAS 76112 817-496-1424 FAX 817-496-1768 I CLEARFORKMAINSTREET PROJECT NO. 00107 TPWNO.C221 PERMANENT BRIDGE EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 THENCE South 03 degrees 54 minutes 50 seconds West, with the east line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with a west right-of-way line of said Stonegate Boulevard, a distance of 55 .63 feet to a 5/8 inch iron rod with cap found for comer; THENCE South 35 degrees 45 minutes 50 seconds West, with the east line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with a west right-of-way line of said Stonegate Boulevard, a distance of 63.73 feet to a 5/8 inch iron rod with cap found for comer in the north line of Lot lRlB, Block 2 of Stonegate Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 5508 of said Plat Records of Tarrant County, Texas, said 5/8 inch iron rod with cap being in the southwest right-of-way line of said Stonegate Boulevard; THENCE South 47 degrees 56 minutes 55 seconds West, with an east line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with the north line of said Lot 1 Rl B, a distance of 19 .50 feet to a 5/8 inch iron rod with cap found for comer; THENCE North 61 degrees 17 minutes 24 seconds West, with the southwest line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623 and with the northeast line of said Lot lRIB, a distance of 50.89 feet to a 1/2 inch iron rod with cap stamped "Area Surveying" found for the southwest corner of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4528, Page 623, said 1/2 inch iron rod with cap stamped "Area Surveying" being the most northwest corner of said Lot 1 Rl B, said 1 /2 inch iron rod with cap stamped "Area Surveying" also being the northeast corner of Lot 1, Block 1 ofKinderplatz Addition, an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Cabinet A, Slide 5508 of said Plat Records of Tarrant County, Texas said 1 /2 inch iron rod with cap stamped "Area Surveying" also being in the easterly line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4559, Page 1; THENCE North 61 degrees 17 minutes 31 seconds West, with the southwest line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4559, Page 1 and with the northeast line of said Lot I , a distance of 313 .53 feet to a point for the northwest comer of said Lot I, said point being an interior ell corner of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorde<l in Volurne 4559, Page I; THENCE North 30 degrees 24 minutes 05 seconds East, a distance of 4.12 feet to a point for corner; GORRONOONA & ASSOCIATES, INC . 6707 BRENTWOOD STAIR ROAD SUITE 50 FORT WORTH, TEXAS 76 112 817-496-1424 FAX 817-496-1768 - CLEARFORK MAJN STREET PROJECT NO. 00107 TPWNO.C221 PERMANENT BRIDGE EASEMENT CITY OF FORT WORTH S. C. INMAN SURVEY, ABSTRACT NO. 824 THENCE North 63 degrees 44 minutes 20 seconds West, a distance of 497.23 feet to a point for the intersection of the southerly right-of-way line of said Clearfork Main Street with the northwesterly line of said tract of land deeded to Tarrant County Water Control & Improvement District Number One as recorded in Volume 4559, Page 1, said point being in the southeast line of said tract of land deeded to Edwards Geren Limited; THENCE North 29 degrees 56 minutes 56 seconds East, with the northwest line of said tract of land deeded to Tarrant County Water Control and Improvement District No. l as recorded in Volume 4559, Page 1 and with the southeast line of said tract of land deeded to Edwards Geren Limited, a distance of 120.68 feet to the POINT OF BEGINNING, and containing 109,397 square feet or 2.511 acres of land, more or less. Notes : ( 1) A plat of even survey date herewith accompanies this legal description. (2) All bearings are referenced to the project control for State Highway 121. All bearings and distances are surface. DATE: August 31, 2009 GORRONDONA & ASSOCIATES, INC . 6707 BREN1W00D STAIR ROAD SUITE SO FORT WORTH, TEXAS 76 112 817-496-1424 FAX 8 17-4%-1768 -EXHIBIT "B" LINE TABLE LINE BEARING msrANCE L-1 N 2!r22'00"E 11 ,'4-0 L-2 S 60' 37 40"E 29 .5-4 l -J S 60" 3 7 40"E 55.90 L-4 S 03"54 50-W 55.63 L-5 S 35•45•50-w 63.73 L-6 S 4756'55-W 19.50 L-7 N 61'17'2-.'"W 50.89 L-8 N J0"2'4'05"E 4 .12 City oF Fort Worth CLEARFORK MAIN STREET SUZANNE HENDERSON ........... COUNTY CLERK t .:. -,n :<· '! .>! ~It* r,;: 100 West Weatherford Fort Worth , TX 76196-0401 l···cou.~ ...... .... ·* ~- ••• . I .. . .. .. · -------------------·· .. : .. ~.: .... CITY OF FORT WORTH RIGHT OF WAY AND EASEMENT TEAM 900 MONROE STE 404 FT WORTH, TX 76102 Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEMENT TEAM PHONE (817) 884-1195 DO NOT DESTROY WARNING -THIS IS PART OF THE OFFICIAL RECORD. Filed For Registration : 3/8/2010 12 :41 PM Instrument#: 0210050496 E 11 PGS $52 .00 0210050496 ANY PROVISION WHICH RESTRICTS THE SALE , RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. Prepared by : CAMADDOCK 21 " CONCRETE RIPRAP W/ 6X6 WELDED WIRE REINFOR CEM ENT -TOP OF RIPRAP OF U1 FLOW ~I LI ~~ . ~ = r s:t' ____ .. --=.l ~l-- GENERAL NOTE: 1. CONCRETE SHALL BE CLASS ''A'' WITH A MINIMUM COMPRESSIVE STRENGTH OF 3,000 psi. CONCRETE RIP-RAP END TREATMENT NTS SEE SHEET 58 FOR LOCA T ION. 2 1 ~, .. .,., ~;.{ ...;~ !J gj ii ; ~~i~~ ~ t I \}"';."' . :s ,, ~· __ ,.,......,. 7 . ~ ' l f i k J • • • • ~ CH ANN ELING DEVICES PHASE !PAVEME NT CO NSTR UCT ION 0 30 ' SCALE 60' 120 ' IN FEE T NOT ES: 1. PHASES FOR STORM DRAIN CONSTRUCTION g~s~~ ~~o~,,l~r'?~~g:~~~TION PHASES 2 . TRAFFIC ACCESS MUST BE MAINTAINED AT ALL TlMES . 3 .CONTR ... CTOR TO COYER OPEN TRENC H WITH STEEL SLATS DURING NON-CONST RUCTION HOURS . 4. DRIVEW AYS MUS T REMA IN OPEN AT ALL TIMES. """''''-'-\: -~S OF 7:\\ ; t;,-" ···········-.F-r \tt !:'r~./ * ····1 J". f1 ;f*..-"-.*''· ii!*: ·. *V. ~ .... : ....................... : .... ~ ~COLIN G. BL A KEN SHIP~ ~ ................................ ,! i --o \ 1 00194 /~ 11 'I ~·. .· <v~ fa O;(',·._( ir'rNS~\J /_~~ 'Ill ·t:-•• --~ •• ~~--~!~ C)l.f 15 10 ,!Vl':t; :ll f ~·f ~:i a: "' 1--------------,.------------------------------------t--,r,.,..,--,.-.""<o""a"";,,""'·o'"' ................................ ___ ""-'-'-'"'""-I ·-;; Cl fY OF FOR T WOR TH H W08200 •o -~~! • CL E ARFORK MAIN STREET BRIDGE ijn HAYDEN ;:-89 CONSULTANTS. I NC . ·~oc :.-.1:::r.~~»~~': PHASE 1 TRAFFIC CONTROL PLAN 1~;~ ..... , .. ---~-~iii STORM DRA INAGE OAiE flCUR f SC .. lE 3 EX t+-OJ.dgn - - --,~-------------~-------~--~ ~.-·1 !"'' ii .. I l ' . I~ ! •,. \ ·,, \ \ "'<(\ \ \ \ \ ~ \ i-w w a:: t-u, ~ 0::: 0 LL a:: <( w ..J u • • • • • • CHANNELING DEVICES PHASE I PAV(MENT CONS TR UC TION PHASE II P A VEM£1'1T CONSTR UCTI ON I G 'l I . 0 30' 60 ' 120' SCALE IN FEET C20·2• NOTE S: 1. PHASES FOR. STORM DR A IN CO NSTRUCTION OCCU R P RI OR TO CONSTRUCTION PHASES SHOW N ON SHEETS 16 6 ·168. 2 . TRAF FIC A CCESS MUST 8£ MAINTAINED AT ALL TIMES. 3.CONTRACTOR TO COVER OPEN TRENCH WITH S TEEL Sl A TS DURJNC NON-CONSTRUC TI ON HOURS . 4 . DRIV EWA Y S MUST REMA IN OPEN AT ALL TIMES. l fC '<, ~-·······cc,·c""'·""·· ...... ~is 3J ~t ~ ~-j ~ :~ii! ,·a h"' I L j !. r1 I { ! i ,. i J * i •· ) '-:,c~ L ,• I '~l~;- ~.""':t, f£XAS RE~~~~~,~~ f •Q064 0 ~} 1------------.--------------------------------+-:~~~~~~~!:!:.~~2!:!:~ ,, CIT Y OF FORT WORT !-! FU l J OO ><O . ~ F~ ~f: R CLEAR F QR K MA IN STREET BRIDGE o,m 1§8 H A Y O E N SCA~( s;<>2 CONSULTAN T S, INC. O(S:CN!:D ;t!~ :FS"""':..:::= PHAS E 2 TRAFFIC CONTROL PLAN 0,w1 r.o i_;~: S TORM DRAINAG E .l.£& 4 EX>i ·04.dgn 4>"'<:00'IO 1rin~ ... ;~S$~ ~~~i~ l$$!$ ~00 ~$'$~$ w z _J I u I- <t: 2 0 LO l!1 Ol n v co l!1 II ~fstX}?rtr~. ..... ,..,1>'.lnltl'J~,t.•1 Oli<J,;l,1'J'7"~ ,...,..,..,_ -·~- h JUhCUWf ,-...~,...,.,., TOP t') co l!) _j w W4 '-WALL 4 STA 3•90 .87 • (C ST A 281•36.44, 43.95 ' RT HORI ONT AL SCA L E 0 15' 30 1 OF WALL VE TICAL SCALE N ~ v co 0) r.O ,-.... LI) w _j w CITY OF FORT WOR TH DA It" CLEARFORK MAIN STREET BRIDG E APR 2010 5 SC",LE GRADING PLAN AND EAST MSE WALL 4 DESIGNED DRArTED flLE AS SHOWN CGB REL Fl(;URE: EXt,-05.dgn CURV W3 END WA[[ 3 STA 4•59.96 • STA 282•13 .:74, 48.42' LT 6. • 9" 28'51.55 " CL Tl T • 32 .78 WA LL 3 ST A 4• 40 • R • 395 .29 { STA 281•97 .95 , L • 65.41' E_XIS!ING R.O.W. . C • 14 • 29'4 0 .40 " PC 3•79.99 N 6 ,945,008.6216 -£ 2,.s11,1ss.4a1~ . ' ' CONTROL LI NE. WALL 3 3•00 WALL 3 STA 3•79.99 • Ii: Si A 281•32 .84, 40.83' LT ~ CLEARFORK MAIN STREET 280•00 281•00 __J __ _ WALL 3 PLAN ··---/ IiQlE.. ---------- ___ ·:\ ~ \ 80' SCALE 40 ' VERTICAL SCALE I . ELEV A TIONS SHOWN ARE AT INISHEO GRADE . BOTTOM OF WALL SHAL BE A MINIMUM OF 2 ' BELgw FINIS HE.O RADE. TOP OF RAIL TYPE. T411 N 0 a ~ I() Cl cri ,0 N Q'.) <Q _; ,0 I() w ...i "' w ...J w ~ ENO . ' ....... WALL 3 ... ,0 ,0 STA 4•59.96 -... I() ..... "' ..... .... Q'.) a ...i ,0 a, I() oci UJ ...i ,0 ..... w _j ,0 w _j w ,0 "' "' ,0 .., "' N ..... 0 .., "' ": ~ ~ .,; .,; .,; "' ,0 .... ... " ..... .... " " .... " "' ,0 I() ,0 ,0 ,0 ,0 _j ...i _j _j ...i ....i ...i w w w w w w w WALL 3 ELEV A TION HAYDEN CONSULTANTS,INC, T(XAS AEC:STERCO (NC"'€£RN: rlRM r -oOS4!l CIT Y OF FORT WOR TH F~N JOB NO . FTWOB 00 • ~!stXA~~.~. -1111.tO!~&ffttlt l:IOl.lMr.01:sa -.no.,,... -~ ""' "'"'-~,...,_,_....,. CLEARFORK MAIN STREET BRIDGE 01\ TE EAST MSE WALL 3 APRIL 201 0 6 SCAL E AS SHOWN DESIGNED C B ORAFlEO r1CUHE REL FILE EXH ·06 .oqn - ... STAIRWAY NOlES, 1.5" X 1.5• .SOUAflE STEEL L-Sl-iAPEO Posr EMBEDDED l 8 " DEPTH !NTO RETAl~HNG WALL; SECURE IN WALL W/ EPOXY; CASI 2 .5" X 2 .. 5• SOUARE HOLE IN WALL CAP (1YP .} FILL ANO SEAL TOP 1 • OF HOLE AROUND POST W/ StUCON-EIASEO JOINT FILLER MAiCHING CAP COLOR . .. ' 0 'i ;., EQUALS 1 WIDTH CONCRETE SIDEWALi< 1, 9 EQUALLY SPACED TREADS; 2. 10 EQUALLY SPACED RISERS: 3. SLOPE iREAO 1/8" PER FOOT 'fO PROVIDE POSITIVE DRAINAGE 18" DEPTH INT"O RETAINING 2"x 2" SQUARE ~ SiDE Pi.ATE STEEL TUBE '-. HANDRAIL 10·-o· .AL!GN w/ FACE 1--+-1---OF TOP RISER -CAST-IN-PLACE CONCRETE STAIRWAY CONCRETE SlOEWALJ< ---·-#4 U-SHAP£.() REBAR SPACED AS-SHOWN · l/4 L-SHAPEO REBAR SPACED AS SHOWN ---l 6 #4 R£6AR SPACED AS SHOWN: EXTEND 4'' INTO SIDE WALL SECTION ,-----SIDE OF COLUMN (TYP.) 1,5• X 1.5" SOUARE STEEL -\ l -SHAPED POST FMBEOOEO £NO PLATE ~ WALL '-~---~--E ___ O_. ---:'--'.-----'---!- -------CAP JOINT (TYP .) / c,n, P<ATE '\ I 2", :2" SQUARE _/ STEEL TUBE HANDRAIL '' i ' )f' DIA. HOLE (iYP.) HANDRA IL END PLATE STA IR DE TAIL NTS 1.5" SIDE PLATE HANDRAIL SIDE PLATE 1.5'' SQUARE POST C!TY ()Fi FORT WOR TH CLEARFORK MAIN STREET PEDESTRIAN PLAZA ST AIR DE TAI L 1.5 " SIDE PLATE NOTES : (1) STAIR HANDRAIL MATERIALS WELDS ANO FINISHES iO MATCH PEDESTR IAN BR IDGE 1-lANORAIL (2) ATTACH EACH PLATE TO COLUMN SIDE W/ fOUR s•· X 3/8" GAlVAN IZf.D HEX-Ht.AO BOLTS Ei>OXY(D INTO 6" X 5/S'' HOLES IN COLUMN (3) HANDRAILS ARE TO SE INSTALLED 01>1 BOTH SIDES OF STAIRWAY AND AT BOTH STAIRWAY LOCATIONS F&N JO::i NC .. FTWD.8 ~lO BRIDGE 7 liiiil - SEAT WALL RAIL DETAILS TO MATCH PEDESTRIAN BRIDG E HAND RAIi. DETAILS 0:CEP'f: ( I) OVERJ.Ll HEIGHT OF RAIL :(-0" lNSTrAO Ot 3 '-4", ANO (2) 4 "X 4" POST EMBEDS 1•-3• INiO SEAT WALL AS SHOWN; StCURE WITH EPOXY . • ~ 'T 1/2' CHAA!fER TOI' - :::,. N Z CORNER (OOES ;~,=····===== ··COLU MN TYPE 8 5" X 5" SQuARE HOLE JN PRECAS T CAP (TYP.) f"ILL ANO SEAL TOP I " OF HOU: AROUND POS T WITH SIUCON-BAS£.0 JOINT FllL£R MATCHING CAP COLOR NOll!-CORROSM MCTP.L ANCHOR TWO PER WALL CAP PIECE; EMBEDDED 2'' INTO CAP ANO CMU GROUT FILLED CELL (SECURE BY CAST-li'l-PLAC£ CROUT OR EPOXY) MOR TAR JOINT 4 -#4 CONTINUOUS REBAR SP ACED AS SHOWN #4 CLOSED RECTANGULAR LOOP REBAR SPACED @ 16" O.C. ,· -#5 REBAR X 9" REBAR DOWEL SPACED @ 24" O.C. SEAT WALL W/ RAILING DETAIL NTS C:TY OF FORT WORTt-1 CL EARFORK MAI N STREET BRIDGE PEDESTRIAN PLAZA SEAT WA L L W/ RAILING DETA IL F&N JOO NO. ,rwos2 no APRlt,. 2010: :SCM.- en F::.t. 8 liiil - N 0 w NOTES : I --t I EJ PRE.CAST SEAT WALL CAP (TYP .) y (1) ALL PRECAST CAP JOINTS TO BE CONTINUOUS 3/8''; COLOR OF GROUT TO MATCH COLOR OF PRECAST CAP (2) LAYOUT APPLIES TO BOTH EAST AND WEST PEDESTRIAN PLAZAS COLUMN TYPE 8 (TYP .) COLUMN CAP '\_ (TYP .) \ 9 MLM r ·,c uflE . ..__ __ - J;fn.('SI { � f � REVISIONS � t., E • � � ,, .rt,� n� � x � , j 4/ '. i � r _� , ,/ !� �r � �f' ' . '. � �� t / ,. � �"-� ; � ^ � i / .. , •}',�'qf ` , ' ; � . c _ r : �: i ' � ,���'` No. Q DESCRIPTION o�h � -�t +� � . ��� , s`�! r• , /j` , .d,� 1 � � s��' .%. ., 3� - .- �� /�t.k�s► � „i �, � �s�� ♦ �i i� �/ I � ., 'I , �.� �; r�r� i ��� Sj /�� �r `f,�, • (� ��` e � Q Z p� ;.� +'-�/! .1�) � ,�r� .,✓ t � •'�`.�' . � � r~ �.�7 'd115�"'�/ ., �..' n�-�tr �J j/• � YI���� � , !�� �.il��i r'��/ �. ���� �r� � �, `4��,�.�� 3 � W . ♦ 1�'� • '� fj • � j� r .. '�' ♦ .� . . � � j �Yt • �% �+F;�1'��, . .. i �� �. r�R� !'�' �,: � ,� j ; �±: +� r y � '�'_�!. *�`.�,`� � Jn �/ ('�� • � T .� . "t.,� �•��_ ,:�` •- • .y1 ��rq.� - i �� •� .. -�� .• � ,��� r t � .;�.•,, �� �) ,;t�t�. � J r!. �4 � '� !M.�s� . . Z � �� ��� �. . �,,.✓ • , `. �� . � � i � I � / i�7' / � 1,� s�� � 4 '� i %.,1. � � � {f � � - �t'� / i ► �1 �� f � 'a� ..�`. �{. i yf � �!'f '�„" ?`' '' - .� �, rr*� /� � �� � . :;��•+,'� .` r� ♦� ` � '��' � �-+h„ � `"�j', �� �•/ • �R ��,` ` S9 � �I � P M•- , �'♦ . %� � / �l r� ��- _J ,,jr. .. + r. � � 4 - -�., ���(�r�.� r . �. � , i.- i :,! [ '.���.1.! t �i i {�� ,,'1�t';'"7�`'a�:�),, ���r i y�h `s�'r.,f,/r ' .f ; •",�t�4 f � � � ��r ii� 'r r� '� y i '�'i� �•� "�,-t., � � � FREESE ,�ti�`!, �' �, � '� • . �%f t�. I.t.J 1�T=1� / `�'/�. �Y�! I ' � i � T ' ��'S /� i Y ,}iT;d f ..►�i J '� x � �� � � J . � �1 �A`�` -'•: �� �NICHOLS � '� M :, +, � 4055 Internotionol Ploza, Suite 200 c0 �:" .M .� . * I� � s • � /j .",�i ��,. i, �� � �{�.�'� './� �oi .II����.� � i �, �t� ~ r � .�,�r � "�-, Fort Worth� TX 76109'4895 � � . �. . * �jrt P . • ' • �; �� � . � . r�'r � f; , � , I � .. t ' , ' • �h„�!� . '. � F �r ': y �. ,;..� Faxne (Bi 8>� 7353749300 Y 1 ' I� �`!1�� . . . � 3:�� � �. ly�, � � '' r yv. -i��a,�' .�, ,4 i`s ��' Web - www.(reese.Com � � � I ; � A .�ri � 7 ! � + "f t!�" �r r , � " � • ` ���� � �i. � ' ^ y � �� •. , , �. ' ir � �1� • j , J i • i� � � .�� ! � i�r' • y � . � s j� �� . . ►` , . ' • t�. ; �� � �y' �kr / ��i���..T r."�►p �;. �: .�•t ���I1�r� 'te tr ,���t �� �•T �•�j,f,�:��t /"'�. td'� .�'.,r4.w^�*: �.,�,'�';vyi�"�;. �t' .�� :e�) , '71,i ��'3`x�- • w,,�J /'� •' f-� � r ,/ ! '� . " i �iff,. 'i� ` .-,.'. ��� 'q1•� ► . , F ..�- w r,4 � �� .<-. . . ,S • /.�: � r �, j � ���� � � � �` . � y' ; r . ,�`, � ����. a �.;r �.,,��`' �s= ; - A�y"' �,� r f`fi I1,,,, � � .� `� � � ;1 �''• ��r ,� f ,��+�'-• SITE ACCESS NOTES '��, � f � � .� . � �j � �;��" �:� �`' - � .r a� .� � - � ' .. % ,,��` � f, r�,i � . i '�✓ : � + , " „�I � • +. R ';. I �r `� // �_. r.r '*'" , :� � ` �i! +'�i5,►+�� P�+i' r ,'� � •� x , � � r� ', •., � ^ s��+ ' r ' �"Fai � • �,,� � / . - : �' � s '��;I r- • �� 'ti `, - .• .�. , ,.�/ �f. a�`r•. • . ���p�'j} � f; .�e� _.�, • "�l � Iv� � � 1. THESE ACCESS PLANS ARE INTENDED TO < <��_ � �. ' � � ���i!-� - /'� � i , � !�� . �.'�� , ' � � , . � PROVIDE ADDITIONAL GENERAL INFORMAION •t-;- ��•''� ��� /nt 3� ' �� . ���� � ✓� y.+c'. 'f���'j�� ��..!f'k , �� ?�' i . � � �' . � � - ''� ' i RELATED TO SITE ACCESS. AS PART OF THE �• nl�R`� � !rs �' + ���y �7 " � � � f , � / � � ,j�,l, i '' ,y,i MEANS AND METHODS OF CONSTRUCTION, ;l � i _';r'�'�!�'t�`' R �.+ �.{ �.�',.` �� �Y��P -`1� `'�` �� / / ,.yy�. ta.�►r.a+ w r -+.�r�•������M��.�! ` CONTRACTOR IS RESPONSIBLE FOR � • r •,("� T � `�^` `� � ,) � � o ij � r rjM� ♦ ,j� � EVARD s .c -� *e►_r- DETERMINING THE SPECIFIC ROADWAY M- ! -� . ;- '� � ���� t� . , -:, f �G � �.�' WEST VICKERY BOUL �-.Rrs�� �.r:_.,e� �...�..: _. .:'� r� i.�_ - IMPROVEMENTS FOR DELIVERING MATERIALS �, -- : � � ��� ' - , , ,� � _„ � � �,:.' I � � , - AND EQUIPMENT TO THE SITE. f , ` .., _ ^ -- . . - _ --_ _---�--.-� --^ -_- - _ r.- , , —. - _� ��-._. -- 2. OF ETHE RIVERI ON � HE WEST SIDE, ANIDES _ ^ � � F.�jO �./--d.s�-��++��' ,� ..,�,,, ___ ,__ � -�- -� -. �- __ - -� - -�""� �^ "" EXISTING HAUL ROAD CAN BE USED TO �. . - �. - . � • � ---------------� _ . . , -_r- r^.. , —_------- , ���rrL.,,� DELIVER EQUIPMENT AND MATERIALS.ON THE ;, - ---- ����� � � BETWEENEEXIISTINGCROWS LNE�ONIBHE SOUTH �'.------------------ -- 7, � /�'.�H � Z� SOUTHWEST i��' SIDE AND THE PROPOSED NEW MSE RETAINING RIVER PARK DRIVE ��',i' PARKWAY ROW LIMITS .' PROPOSED WALL FOR THE ROADWAY. p(��f� � ___��-----'��'L`LEARFORK MAIN � EpWARDS RAI�r�'-T't�-"� /� � STREET BRIDGE 3. EXISTING HAUL ROAD SHALL BE MAINTAINED � �� —������������� IN ITS PRESENT CONDITION THROUGHOUT TXU ROW � ♦�t CONSTRUCTION TO THE SATISFACTION OF THE � ! - ' ' " ___-------�— � �� LANDOWNER, EDWARDS GEREN LTD (KEN DAVIS � ��*� + � Z ♦�� � APPROXIMATE AT 817-694-3042) AND XTO ENERGY (WILL Z � �'' ��� � i� ••� � I STOCKPILE AREAS w�r,sror, AT 817-885-3486). � ,yr:';;_,—_-.'.:''; � ♦ .� � — • r, t � ♦ � 4, CONTRACTOR MUST OBTAIN A LETTER OF `� "'`K I �� EXISTING .� MAINTENANCE AGREEMENT WITH XTO. CONTACT ✓ � �,,�' = i = . �I� ��' HAUL ROAD 11 1I � ' ,.• / : WILL WINSTON AT 817-885-3486. � � t�t . �Q +� � ' ' / ! r i % 5. CONTRACTOR MUST OBTAIN A TEMPORARY � ,�Y�" '� � i rr CONSTRUCTION EASEMENT FROM EDWARDS � �� �� � � ' GEREN LTD PRIOR TO CONSTRUCTION. � � � _, � I� � 6. ROADWAY IMPROVEMENTS ARE SUBSIDIARY TO � /, � Jt � r �i � I� � � � �!� THE PROJECT. � L � i / � . � � �� ,C, i � � , w t. �� s. I '�•� -� ���� �/; � �/ � ''� w � ♦ ' � ROADWAY UNDER _ � .��� - � 'i" �r i i �° CONSTRUCTION � , f 'l...R.�� ` �_1 �� d � � �. I � � , ^� �� '� J NOT FOR CONSTRUCTION � I 0 �/p /( - — - - � I ' �� ; i+r/R,.f ' �I" ,. / I' � PURPOSE OEPlTER61EREVEW UN ER TFiE A �-t! ! . �� . AUTHORITY OF JE$$ICA L. NEWTON. P.E. � ' � � ' �� �� � TEXAS N0+99519 DATE�04/OS/20I0 � � I G�.v •� � �/ � }� � / li 5 NOT TO BE USEO FOR CQ4STflUCiqN, '� t� � I � � . � . /p �G - ' `_•� � BIDDING OR PERMIT PURPOSES. � �.. i'• ,..�".'.. . v' �. T � _ � !�i..: , � , ' � .� r ��Q' ti . / a �.. � , - •�� �,� - � . . , �• � ,��� ', . � '. ' -' , . ��- � y �' /�J��•• ��� . • ` f•''� � " �� � - I FREESE AND NICHOLS. INC. � � � �/�,'; `, t . , _ � � . _ , J `� - • ��� � TE%AS REGISTERED ENGINEERMG FIRA1 F-2144 m � t ` � • � . ,/ �`! 7J�+ r � � /MERNAL #5950 K-2065 t� . _ �`�t � �. �' r�G� � y ,'. � '��,;, • �'"� � ', crr�Ro�craooio� mnpscoNo. �s-r , � •�j� " � - � '' � ' `�`��7 %`� ' rrwaxorEcraczzi 1 ° << 4 - r � !�� �� � '�- r���,-,.�, LLJ E� 9 � - � ��-�--_.� �...s ' f � , �': `L • r.� - '�`'.y� � � � �.� � :� ,�� i ; , y � - `- C� ��� : f�'.,� ,,.,� �• � �� .;� . .Y, �1 r i!".-' .-.,' p o� I � '� , .. y� , 4� V�� ,.,;,, `��i "�.y!' �,� i *_ !�e`},�;'AC _ � '.�-'�r ` _ y CIT'Y OF FORT WORTH, TEXAS ,. �- r' �•` F., :rir► '�..' R ',, f;!"'�'.'��.,� :� a � �' i . . _, •* ,�� � 1+t ' - "� " .� •►' � �• � +� _ . , �0 • �/ ^► . �- 4 e/ Y� r . � • �� � �/ � f� . �' .���'�`' '� � N AND PUBLIC WORKS . -.�" � TRANSPORTATIO � . : � �n��� ��� � � �i'. � ��� �� '�,I �� �} \' ✓�} ���� E �"t • �/ 4�� :'1 � �t� X� w � ., �,, � ,� 1�. �� ,�..,�.�, ' �. .� y �-,,.�'a;�': ,� ,. r �r��" �,��+�-� �r •'�'�, "'�,--. TRANSPORTATIONPROGRAMMING wN t, , 4 � - .i �� it' !� � � � �,�./ .' �Y , ' ,`, .�� �'. � LL o • ' • � � � - � '^ • � . � .��i►� � � t � ; .•� �, y , �.. � �- ,� %'� � & CAPITAL PROJECTS DIVISION ' 03 '}�` E ' y' - s . �y��r' ."i".4"� �i. �,%r ��,�i� �'s s'+� t i�� ��.�i � � ., p::4 � (A .� �.,; .'� � � � � >� o ;��,- .r� ' � �' �' N f��I ' _ '�'' � ,,�,,!^������ F � � " _ ," � ;,,� ,y - �;�` .� ,''� �► ��: CLEARFORK MAIN STREET BRIDGE Z 'o�oo ',�. ,' +rCl,�1 � '�' w . .; .t � ' .�;`�! �� ♦ /'� w ,`' � I ' � ��.�' � �/� ,� . � . . . G �=4 a t � s a J_; '.� i � 4�.' � �M�` �•" ��+ 1 .. ` �� " a s.l \� \' � ,�"'' rj ,. _� FROM TO HULEN STREET TREET Y � �a `� ��.- �.� k r , r / ;; �`` �., ,'�''� 4" +j. H>� , � � -.•�1., � y.fy� ` ► 4��,,� i �t; ` / . �;bt �'��' ;.�}�♦ ��.. � '".�r�; �' 4= O� �F � 1 � `:�m� ` ��'S'` .:��' - ..� 'w'ti ". ��' ''�'� �' i,� �r!",t �t• ,�,,� -��;• {�Il� ` ACCESS PLAN � � , �� ��� �- - .,�� �Y� . ��� 4� ✓� a` �a� �., ���• � ` �. �'•'+� � o aeo� aoo� SHEET 1 OF 4 Q ,�/�,_ 't.�+ y� � • .,/�' ..T� , � ^c fr , - . +e�1� � x ` r .��•T'/!�'. r Zfa���` . ":.�� � .+.-'w . �' SCALE IN FEET � _ � v; � n . . a . �,� . . , ��.� _ ,.. . . . _ . _ '�'' _. _ ; � . �. ,. ♦ . . DESIGNED: JLN SCALE: DATE: SHEET J DRANRJ: DJT I 7"-400' I FEBRUARY / 2010 I •� OF 187 U u3��° £LLaa� Offire� f(_LOCATIOM FTW08200 Dale� Apr. 15, 2010 - 10�44�38 AIA User: mra Fle� N�\if\Orawings\cv-brd-pl-haul0l.sht .� �_ v, � ,: � r � .a �� � �� s f � ' l.� . �,, y;.�, - — �.1 �- ' � , � ��! . � ,��' # �.'�'� ��, / i*�'�� ,�►.. � ` y,, _� � � i � ���.� �� R.a •��i �I � «, �'' I•'1.E�,•�j'�'. • r�. �. iM-� f* � "�► ,�,�� Y ��,.�"`-.�.j � -�' � .� �• ; - '� i' �' "?' � �. fn �-.�l � �� r , �S' �'��•%�+ ' '� �+ � . . ; "� { � r� �}! � �. 't � � .� ' f. �•� �� � +' �' ..� ���'R+ �� y t ��_ � h�r. � j.'�,�.' • �,�` ry � � �— � '�r � ` •!i� 4.. '� �� ,� "��r'��*��• '�'���f,�•L� ,� ~' �:�..�- ��• � �. . �*�`" •. � , ♦ � - � �1� *� I ti R � Yn__ EDWARDS RAJ�ICH ROAD � _� •" TXU R0W ''; '�, �� �. � / � � - _,_.: ( . � ,� "�#'ir-�- �'�,� ' F "�'r � a __ _ ► �'s_._ _ . — `x`-�tq t J � + j �f • "' ' ;r: ;;'�'�'� (�' �� �~' � � � �^,� `�". e �r��� � r ,�',�;.�i � J �f �� • � ` y K' ^ � � �� i � :f t �,�""'y.,r��,'y`'�1r : } , � ., ,` . l SH 121 SOUTHWEST PARKWAY R.O.W, LIMITS � �• ,�I ♦♦ �� � " � 71�, �� i� ,. .' i� .� .� _, � '�� �'r , � ��' ,� 3 EXISTING . HAUL ROAD .�b! ��',. _� � ... ', `�, , "� +�» t�'�'' "�,.. �'�� �'� t� �'`�+' � • �*. '� ,, � . 4� � � P }—'Y+ � ��) S' _ ,.. I.�` 1 ' P _ � �, �.- , r lY �r �l * �', ,;�R.'* �? 'a � � � s4 � t'! � j,',� �j� • ' . ' ' � ' *, . � ' ; `�`' � , �.�w j ' � k� ► •� F � �� ` s r !`T � �� ..�' � � ' , j ! " �' �A Z'*! ` ` � �� . � y r. •: �� � i � � ��r r••.�``'� � �, �, k !�'� _ � ^ ~ , �'� � - � -� I �.' �� � a �. � s ._e �� i c � , , I � �. � �, i �, ♦ � � cC EAR F�RK TR z= m ' ; �N�T y R�VER �3 ♦ o� o i - _ �Q ; x ` , _�c ' ; '_i��3 � . �,�, . '' � � ia :h. . � I . -� . ,��' : J `� ' � - ` �� � ���� � -- - �3�N a .LLaao O/fice� f(_LOCATIONI FTWOB200 Dote� Apr. 15, 2010 - 10�44�45 AA1 User� mro File� N�\il\Drawings\cv-brtl-pl-hau102.sh1 � i I �, �� I� ♦ �� ,�� I, � .' � �i!'�';, � � � � A�� t ,� _ . w '� �, �� � I� �" .. I ' . ~ �' `R �.. ♦ � �' �+ ♦ •�• s-, � ...� �`y\�� ♦ ,�l� .. • ,�� .� ;� f.r� ; ��� �.. � '" � ��t��' ;� +t;,•j.it', �;�" �• � '� T�. t�+�`� � i i.!%r ' : .. � . . I� �� .� .� .� .� .� . .� i ��� '�' •-' �.� � .' .f �'l� •.a►a���7►�s� c �+ ��� s !� s : , _� r�+ �,.' � . �� o '� ' �n.����;'II . �, } � t � I 'e, �*, . •� `'� � � ; ♦ f• • _ . h -•'� '� � �� �� - ,F��` � .� - � - `. } � w �`'�` � � �. ,� ; � :. f-{ �H ' 01� !� !�c A ,4 a I'�'�.! � � '*� •• - - � I��; I J.� ��/i�s.r-- y , �- .� �:rt ,� �,; � - ,�• • " f � ,' ,� �'` -I� . . � ' � ' ' , ' , � ♦ � �� �� � t . 1 ' ��'I . �e� . � '�I . ' . � �� � .��� '""`. _�• , . � � . + *• �,, ,; � � � +,•: _ � - � ! A�,''� �.� ' � �'' "� R r� � � ". / _ s �L y .. �..^ � ' ' s�� >�^ � It �'. � ,: ,��� � �� �' �, �� . �'��� �� N � .� � o so� ,00� zoo� SCALE IN FEET I N0. � i 0 2 Q 3 Q ,. 2 3. a. REVISIONS DESCRIPTION FREESE '1 <NICHOLS 4055 International Plaza, Suile 200 Fort Worth, TX 76109 4895 Phone - (817) 735-7300 Fax - (817) 735 7491 Web - www.freese.com SITE ACCESS NOTES CATTLEGUARD CROSSING DIP IN ROAD - MAY NEED TO EXCAVATE AN ESTIMATED 150 CUBIC YDS TO LEVEL ROAD. TIGHT CURVE - MAY NEED TO REMOVE ESTIMATED 350 SQUARE YDS OF TREES AND WIDEN ROADWAY. TIGHT CURVE - MAY NEED TO REMOVE ESTIMATED 200 SQUARE YDS OF TREES AND WIDEN ROADWAY. NOT FOR CONSTRUCTION iFGS WCUI1.ENi IS RELEASED FOR TFff PURPOSE OF 9lTER�I REVIEW UNOER iHE AUTNORITY OF JESSICA L. MEWTO`!, P.E. TEXAS N0� 99519 DATE� D4/OS/2010 ir rs rvoT ro eE us�o roa ca+srauucrax, BIDDMG OR PERIAIT PURPOSES. u� O N Y � � � � � � � CW7 � A � a FREESE AND NICHOLS, INC. TEXAS REGISTERED ENGINEERMG FIRM F-2144 QJ7ERNAL $5950 K-2065 FILE7FK-2065 ALiPSCONO. 75-T CTTYPROJECT #00107 7PW PROIECT # C22! W � � CITY OF FORT WORTH, TEXAS � TRANSPORTATION AND PUBLIC WORKS 00 � TRANSPORTATION PROGRAMMING � & CAPITAL PROJECTS DIVISION �, � CLEARFORK MAIN STREET BRIDGE Z Q FROM CLEARFORK MAIN STREET � TO HULEN STREET � ACCESS PLAN � � SHEET 2 OF 4 � DESIGNED: JLN I SCALE: I DATE: I SHEET J DRAYM: DJT 1"•100' FEBRUARY / 2010 " OF 187 U i� rn � DAIE � J Q Z � W � z � � � ] , m l f 000v �� ^_m __� - < ;3="—� ��������..�.�������������� NO. Q ��������������������� �,� �,' ' .� , � / �� !'�R �•� i" -�! � . �1r r � �` L . � J z p �I��►�� � � � _ r` � ` . '�,f •. r�, ..t 3 0 ,,1 ��� '''�� ••' 1 ���' � , SH 121 SOUTHWEST . .�� '' PARKWAY R.O.W. LIMITS � �'' I -�r f �1 'I I I � I I �I �I . , I 1I r , � . �, �F, • I '� ' �; � '; -. . !. � Y ' � � T � `.� � ' �� � �N � 11 .� ; : ; y i �� .ti 'I, I �' � � EXISTING � � �= HAUL ROAD � � 'i . I � ` / I + � i � ,�� � � I, � � ,� '� I � _ '`x.,r � � i �'+ � ; , � . ._ . . . . �� � � ^ "� �� , • • � ' ' A' • ; � ` .:�: ~ ��. ,. ���i ti�� � . r � . ',. r `�,,, v � � a. �. � +� � • • �~s ', r"�` � I . .. .. 1. E - r , � ;�� i t'�>�' � , � ' r'� ' �� - ► . 4� � ��.^� '� .i ,.. .�'I �►�" r'� � ,f` �7'.`' �..� „• !' 1 ' i. x ► � ` �; a , • .�x ^j��; � r.�.:�' '�` �" .- . _ � �r � � �� ♦ _ ' �� •'r'�',/ J ��" T �� / . . � - ' � i, ,-- ,� � � �- \ ' � ROADWAY UNDER , �' � I I CONSTRUCTION � � , ,� �� � � � �� � �, .�-------____ /,', APPROXIMATE �� / - STOCKPILE AREAS � ----' _ � _ �_� I � � —� / ' : ! s: : .�} .,rF � . � ;`, t � , .� i � �1 � ����� ��\�\�� O�� � �F N G��P ` 0 50' 100' 200' SCALE IN FEET at • Tt ,y�- �l / / / / , / �� / , / �� � / / �' � � . i� � �. 1. � 3 4 .� r-� NICHOLS 4055 InternationolPloza,5wte 200 Forl Worth, TX 76709-4895 Phone - (877) 735-7300 Fax - (817) 735-7491 Web - www.freese.com SITE ACCESS NOTES DIP IN ROAD - NAY NEED TO FILL WITH ESTIMATED 225 CUBIC YDS OF FILL. CATTLEGUARD CROSSING DIP IN ROAD - MAY NEED TO FILL WITH ESTIMATED 500 CUBIC YDS OF FILL. CORRUGATED METAL CULVERT PIPE - MAY NEED TO REMOVE IF CAN'T SUPPORT LOAD AND REPLACE WITH CONCRETE PIPE. OVERHANGING TREES - MAY NEED TO TRIM TREES NOTE� ADD CULVERTS AS NECESSARY FOR LOCAL DRAINAGE. NOT FOR CONSTRUCTION Tl9S DOCUMENi IS RELEASED FOR THE PIktPOSE OF WTEftRI REVIEW UNOER THE AUTMORITY OF JESSICA L.NEWTO�,P.E. TEXAS N0=99519 DATE�O4/05/2010 li IS NOi TO BE USEO FOR CONSTRUCTqH, BIDDING OR PERIAIT PURPOSES. FREESE AND NICHOLS, INC. I TExAS REGISTERED ENGINEERING FIRu F2144 INTERNAL #5950 K-2065 FILE XX-2065 MAPSCO NO. 75-T CIT}'PROlECT #00107 7PW PROlECT # C221 CITY OF FORT WORTH, TEXAS TRAN5PORTATION AND PUBLIC WORKS TRANSPORTATION PROGRAMMING & CAPITAL PROJECTS DIVISION CLEARFORK MAIN STREET BRIDGE FROM CLEARFORK MAIN STREET TO HULEN STREET HAUL ROAD PLAN SHEET 3 OF 4 DRAI�ED: DJT I 1'C 100' I�FEBRUARY / 2010 I R* S OF 187 REVISIONS DESCRiPTON � � rn u� DATE � Q z � W � Z � � O N Y 'wn V � � m H W w � � � Z Q � Y � O � � Q W J U OFfice� I(_LOCATIONI FTW08200 Oale� Apr. 15, 2010 - 10�44�53 AM User: mra Fle� N�\i(\Drawings\cv-brd-pl-haul03sht � i ; �� _ r ��� �A I i � �..: 2 ► � ����� � �" � . EXISTING PROPERTY LINE i � � EXISTING HAUL ROAD .� • �. . . ,�.- r � R.O. W. � �-. . �-- � r �j-- .-t .. - f�'.. .- t � �, r ��,, �' ' 'r � ! � s "+ r � � � l !'"+'Y. , , �rF i� ,++T.-%'�''+'�.1 � �' _ '� f � � � � f f7 � f+r t � • - ' . i ' . EXISTING PROPERTY LINE , ,�� � - �, � ,.r. �. PERMANENT ACCESS --�� ���� EASEMENT / -------------------- \ '� - — ,���--------- ---- / .�'' `' `��\ \ `\ ♦/, ,\h i ' 1 ' � �'' ; �, � �`\ R. O. W. ' � i' `��� PERMANENT �% �;, ACCESS , EASEMENT �'� �� . PROPOSED CLEARFORK MAIN STREET BRIDGE ��1 ` �� �, � . - :� � � �� � � �- % / / / ./ � / / / /PROPERTY INE / � � � ti : • I � � � . � � c N0. Q 1 Q 2 Q 3 Q REVISIONS DESCRiPTION � �,,� , ,/ � f *� � � I � ,; r-� NICHOLS 4055 International Plaza, Suite 200 Fort Worlh, TX 76109-4895 Phone - (817) 735-7300 Fax - (817> 735-7497 Web - www.freese.com SITE ACCESS NOTES 1. POSSIBLE SITE ACCESS BETWEEN R.O.W. LINE AND PROPOSED MSE RETAINING WALL. 2. POSSBLE NEW ACCESS ROAD BETWEEN SITE AND EXISTING HAUL ROAD. MAY NEED TO INSTALL A GATE AT EXISTING FENCE ALONG EXISTING HAUL ROAD. CONTACT KEN DAVIS OF EDWARDS GEREN LTD.AT 817-694-3042 FOR GATE AND FENCE NEEDS. � �� .. '' �� ' � , jJ� , � r�. , � , �, �r� _ . . �.r' � � � • � � � ��., � _ � � � DATE � J a z � LL.� � z � � 0 N Y � z � a � �. � \ . � a - ^ �,T y1.',. , �" \ , . r `' A � � � � � � � ( << ��� EXISTING / ��- ' ,`Q-�' �f , ; \.�-1 PROPERTY LINE +. � � � �p ' f � -- w _ _ �` � ,��� QQ ��� � , � . � , � Q �� � lO�� __ • P�� �`Jv ��, � � _____; NOT FOR CONSTRUCTION � `( � \`�� � .f , * ��� TMS �OCUAIENi IS RELEASED FOR TF¢ a R PURPOSE OF PlTERBA REViEW UN�ER TNE Q ��� �A` e.� '� � , + .,� �`�-, AUTHORITY OF JESSICA L NEWTON,P.E. ` I • . ' - �, � , s'.. r . � �`.�..� ' ,T' i ITES NOTN�O BESUSEO FOR COHS RUCTqN � �/\' , r �--=-- • 'r BIDDING OR PERMIT PURPOSES. �' � � �'' N � , .,,�* . r a � � ; , , a ;:. o ./'�� � - _ � � . �` � � \ -_ . / . ,� , , �q . /y, . \ - `" 4 ♦ �\ \ m �'� � ' � ♦ t�1` , � \ " T I FREESE AND NICHOLS, INC. I , u � . _ � ' ,.. a � y.!"� TEXAS REGISTERED ENGINEERING FIRM F-2144 /� ��/'e •, �'� ` � ~, ��� � m�rEarvncas9so x-2o65 k / \ .�� ` ' % •�. r t .^., wf t \ \ , \ � . /� � ,` 4� ; y � �:. ` a -.�t ,�,�, 4�y^�i . FII.E#K-2065 d�APSCON0.75-T "�. . � � CITYPROIECTN00707 �,,. 4 , �1 '�. ._'! a •. • �j 7PNPR0lEG7'#C221 ` a " �`" : �4. . i• a, .� �'� W ��p9 ' � �� .�''' ```�,�, � ' � � ~ ?-�-1:�,4 .;., � � � �o�P . , d,, , �,.��...: �., , o r �� CITY OF FORT WORTH, TEXAS � �. �� �� �, ' ,,, � � � J :i . , � : ` `� , ��,,� , J ' i TRANSPORTATION AND PUBLIC WORKS � ` :' � , '%,� �',, � / � n.,�,tY i � +i�, ' ( W �i ,'i � �►- �„� • r•,, � , �', � f , . � i/'�`; , � , +� TRANSPORTATION PROGRAMMING � � �: � �.- • ,� & CAPITAL PROJECTS DNISION � � m ' � .� / � / fn p �` �' �` . �� �` � ' / '� f � �, y Z � � .- . , •. � . :• '� � / , ,� , ,, � �'� CLEARFORK MAIN STREET BRIDGE Q of�o � .�\. ♦�• � r �� � e F' � � , � ��/' N I G , � � ;� � -��.. FROM CLEARFORK MAIN STREET ?n m Q µ. _ - �� � ' . .,�•� , . ; ,:ti � � � , . , , TO �TLEN STREET `1 , . • , f� � ,� J/� i � c. . s w . � � t � � � / �. ' �y � � �� .� � !,"� ACCESS PLAN _ �..' 'I ' �' � . i..� �r � /� , � . � �' �, , \� „�i ` 0 50' �o �� .200� SHEET 4 of 4 Q - �+ � 'r / ' � �� . . . _ ~ � �, r , � �� � � ij� ` � / � '�- � a � / ' . ry � � SCAL j�� FEET � ' DESIGNED. JLN SCALE. DATE. SHEET W � . ✓ - . , �' �'� / � �� � �'i� �. � ) _ . . __ �� .� �'�� ,A DRAHTJ: DJT 1"-100' FEBRUARY / 2010 *• OF 187 J . . _ " ." _ � _ � ` _ I I I V '3 `mNy _�aao 011ice= f(_LOCATIOM FTWOB200 Date� Apr. 15, 2010 - 10�45�03 AM User� mro File� N:\i!\Drowings\Cv-brd-pi-haW04.sh1 - - - - - - ADDENDUM NO 3 A. Sheets 110 and 111. Note 1. 6 .5 If/SF in slab sheets is an approximate way to quantify rebars , which is not a pay item. B . Contractor should anticipate using the haul road for all access to the site on the west side . The new Edwards Ranch Road will likely not be available for construction traffic . C . Paving Bid Item 071-Haul off excess material from existing stockpiles . The material must be hauled off site and disposed of properly . The existing stockpiles are shown on Sheet 5 and on the haul road plans in Addendum No . 2 D. The brick pavers in the roadway require lime stabilization , but the brick pavers in the median do not require lime stabilization . The quantities in the bid proposal reflect these details . E. Sheet 42 , Note 4 . The "Architectural Detail Sheets " include the pedestrian plaza details (Sheet 34) and the mock-up detail sheet (35A). Details on these sheets have now been modified per Figures 10 and 11 . F. MSE panel size of 5 ft x 10 ft is not permitted . G . MSE Corner panels: Mitered corner joints are not permitted . H. Actual MSE joints shall be hidden from view as shown on Sheet 35A and Figure 10 . 4-SHEETS A. Sheet 35A: Remove Details 2 and 5. Details 1, 3 , and 4 are revised per Figure 10 . B. Actual MSE wall panel dimensions and cast-in-place concrete joint dimensions equal those shown on the Mock-Up Details. However, the vertical formed joints are now continuous instead of offset. See Figure 10. C. Sheets 34 , 42 , 43 , and 45. Details regarding arrangement of vertical MSE panel jo ints and MSE corner panels are revised per Figure 11 . D. Sheet 45 . The General Notes sixth paragraph shall read : Standard precast concrete panels shall have a nominal height of 2 ' - 6 ", a nominal length of 6 ', and a nominal surface area of 15 sq ft . Minimum panel thickness shall be 5". Panels shall be arranged to provide continuous horizontal (level) joints and continuous vertical (plumb) joints. E. Sheet 14 . The Detail for the brick pavers is shown on Page 19 F. Sheets 34 , 84 and 91 . The spacing and arrangement of the horizontal formed joints for the cast-in-place bents remain the same as shown on Sheets 34 , 84 , and 91 . However, the vertical formed joints are now continuous instead of offset. See Figure 12 . G . Sheet 66 . Revise note 2 to read as follows : 2 . ACS shall have "Southwest Buff' integral color. Federal Standard 5958 Color No . 33522 Tan is an approximate match to "Southwest Buff' produced by W.R.Grace & Company using Davis Colors TM for TXI North Texas Ready Mix. Information concerning this color may be obtained by contacting Richard Follette (W.R .Grace & Company) at 504-465-9057 or Richard .d.follette@grace.com . Contractor shall submit a sample to engineer for review and written approval before use on the project. Addendum No. 3, Page 2 - ADDENDUM NO 3 All other provisions of the contract documents , plans and specifications shall remain unchanged . Fa ilure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of th is addendum shall be placed into the Proposal at the time of bid submittal. RECEIPT ACKNOWLEDGED : By : ________ _ Company: _______ _ William A. Verkest , P.E . DIRECTOR TRANSPORTATIO ~NND UBLIC WORKS DEPAR:MEN] . By : ~~ . Leon Wilson , Jr., Pl Transportation and Public Works Department Addendum No. 3, Page 3 - MS E WA LL MOCK-UP FINISHED GRADE UNDISTURBED\ j COMPACTED SUBGRADE 6" CAST-IN-PLACE CONCRETE MOCK-UP INTERI OR RE INFORCING AS SPEC IFIED BY PANEL MANUFACTURER FORM LINER SURFACE ~" MAXIMUM GAP WIDTH MATCH GAP WIDTH ON OP POSITE SID[ OF JOINT W/ ~- DEP TH JOINT ON THIS SIDE I") I i--. MSE WALL JOINT FINISHED GRADE 2 '-0" ~, 3'-o" 2'-0" 10'-o" 'T __ IL 6' -0" I'.! 3'-0" 10'-o" 6 '-0" ! I iii I w I 3'-o" 6" I 2 '-0" 9 I N I") I tn ::===6=. -=o= .. ==~1 !:==~ ----1 == :=======~ :=::::::::::::~ ---- O'l 1--l 1'-0" 9 " I I I I t') INTER IO R REINFORC ING AS SPEC IFIED BY PA NEL MANUFACTURER 4 "X4"X 1 O' WIDE FLANGE POST SECURE LY FASTEN EACH PANEL TO POST AS SPECIFIED BY MANUFACTURER (AT A MINIMUM OF FOUR POINTS AT BACK OF PANEL ANO NOT V ISIBLE AT FRONT OF PAN EL) #4 CONTINUOUS HO RI ZONTAL REBAR 8-#4 L-SHAPED REBA R CENTERED ABOUT POST L-SHAPED #4 REBAR SPACED @ g" o.c. 3-#4 HORIZONTAL REBAR SPACED @ 16 " o.c. #4 HORIZON TAL REBAR SPACED @ g" o.c. 2 " CLEAR -TYP. ~ _..---3 " CLEAR -TYP . UNOISTURBEO\---- CONTINUOUS PAD AS SPEClrlED BY PANEL MANUFACTURER SMOOlH SURFACE COMPACTEO 1 '-9" 9" 1 '-9 " SUBGRADE CITY OF FORT WORTH DATE lli'IFREESE CLEARFORK MAIN STREET BRIDGE APR IL 2010 I ~NICHOLS SCALE NTS 10 4055 !ritcrn.o lio nol Ptoz:o, Suite 200 DESIGNED fort Wort n, TX 76109-4895 CAST ·IN-PLACE CONCRETE AND MSE PANEL WALL DT Pnone -1817) 735· 7300 Fo:,r -{817> 7.35-7491 DRAFTED We ~ · ww111.fr,J:ese.com MLM FIGURE MOCK UP DETAILS FILE 1FILES1 liiiiil 2 '-6" HE IGHT X 5' -10-1 /2" LENGTH L-SHAPED CORNER PANELS (TYP.) FINISHED GRADE VAR IES (SEE PLANS) EO 1 Wall ALIGN TOP OF FULL HEIGHT MSE PANEL W/ TOP OF BRIDGE ABUTMENT CAP Face of Abutment TRAFFIC RAIL EO 1 2 ' -6" HEIGHT X 6' -0" LENGTH WALL PANELS (TYP .) HEIGHT OF WALL VARIES (SEE PLANS) COPING ----------~==r==~==~=::;=1 ------ALIGN ALL HORIZONTAL JOINTS ON ABUTMENT SIOE WALLS W/ HORIZONTAL JOINTS ON ABUTMENT FACE WALL -+-------2'-6" HEIGHT X 5'-10-1/2" LENGTH L-SHAPED CORNER PANELS (TYP.) --+-------2'-6" HEIGHT X 6'-0" LENGTH WALL PANELS (TYP .) -------FINISHED GRADE AND BOTIOM OF WALL VARIES (SEE PLANS) ---------------- Wall Left Side of Abutment Wall Right Side of Abutment NOTES : ( 1) ALL MSE PANELS SHALL BE ARRANGED IN A GR ID PATIERN WITH CONTINUOUS VERTICAL (PLUMB) AND CONTINUOUS HORIZONTAL (LEVEL) JOINTS (2) NOMINAL SIZE OF ALL MSE PANELS IS 2 ' -6" HEIGHT X 6' -0" LENGTH (3) ALL MSE WALL CORNER PANELS SHALL BE L-SHAPED PANELS (MITERED CORNERS SHALL NOT BE ALLOWED) ( 4) ACTUAL MSE JOINTS SHALL BE HIDDEN FROM VIEW AS SHOWN ON FIGURE 10 (5) CONTRACTOR SHALL SUBMIT MSE CASTING DRAWINGS , CONSTRUCTION DRAWINGS, AND DESIGN CALCULATIONS BEARING THE SEAL OF A LICENSED PROFESSIONAL ENGINEER FOR REVIEW AND APPROVAL BY ENGINEER . MSE WALL CORNER PANEL (TYP) MSE Corner Panel Isometric View a!illFREESE •-I ~NICHOLS 4055 !ntcr rio liorto! P!ozo, Suit e 200 fort Wor th. TX 76 10 9·4895 Phone · (8 17> 7.l 5·7300 f ox · (6171 7..3 5 -7491 We b · www .freese .com CITY OF FORT WORTH CLEARFORK MAIN STREET BRIDGE MSE WALL PANEL ARRANGEMENT APRIL 2010 SCALE NTS 11 DESI GNED OT DR AFTED MLM FIGURE FILE SFILESS - FI NISH GRADE VARIES (S EE PLANS) FORM LINER SU RFACE " n 3" -+------< ,-'==:::;+-->I?-" ;:I::: SMOOTH SURFACE Bent Elevation Typical FORM LINER SURFACE SMOOTH SURFACE Horizontal Joint Detai l Vertical Joint Detail a!IIFREESE •-I ~NICHOLS 4055 lnlernctionot Plo zo . Suite 200 Fort Worth, rx 76109·4895 Phorie • (817) 735·7300 Fox -(8171 735-749 1 Web -wwy,.freue.com CAST-IN-PLACE BENT VERTICAL FORMED HORIZONTAL JOINT P lan View CITY OF FORT WORTH CLEARFORK MAIN STREET CAST -~-PLACE CONCRETE BE NT FORMED JOINT DETAIL F S.N JOB NO . FTW08200 DATE SCALE NTS BRIDGE APR IL 20 10 DESIGNED DT DRAFTED MLM FILE 12 FIGURE SFILESII City of Fort Worth Project Manager: WILSON Project 00107 -CLEARFORK MAIN STREET BRIDGE Un it/Section : PAVING C295 303230010783 Date City Project# Your Vendor Number Your Company Name Bid Items Line Number 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 2 1 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4/20/2010 107 CPMS Record Number BID-00529 B ID-00466 BID-00457 BID-00457 BID-00973 BID-00183 BID-00127 BID-01203 BID-00121 BID-00121 BID-00849 BID-00847 BID-00414 BID-00472 BID-00543 BID-00543 BID-01205 BID-00543 BID-00486 BID-00496 BID-00147 BID-00429 BID-00404 BID-00465 BID-00527 BID-00843 BID-01227 BID-01227 BID-01227 BID-00405 BID-00128 BID-00535 B ID-00506 B ID-00121 BID-00181 BID-00177 BID-01207 BID-00429 B ID-00484 Material ServiceCS ServiceCS ServiceCS ServiceCS Assemblv ServiceCS ServiceCS ServiceCS Other Other ServiceCS ServiceCS ServiceCS ServiceCS Soil Soil Assembly Soil Lime Lime Soil Concrete Concrete Clav Other Concrete Concrete Concrete Concrete Assembly Steel Assemblv Steel Other ServiceCS ServiceCS Concrete Concrete Lime Contractor In structions : Fill in green cells with your CFW Vendor 10 , your Co mpany Name and your bid amounts. When your bi d is complete, save and close. Print and submit hard copy of the b idform. BIO INCOMPLETE! This incomplete notice will disappear upon completion of all green fields which are required before submitting the bid Unit of Your Unit Descriotion Measure Quantitv Price Walk -Remove SQuare Foci 2135.00 Pa vement-Paver On Concrete Base -Remove Sauare Foot 3600.00 Pa vement-Concrete -Remove Sauare Yard 2800.00 Pavement-Concrete -Remove l REMOVE CONC lMISC\\ Sauare Yard 4.00 Lioht·Salvaae Existina Street Lioht Eauioment -Remove Each 3.00 Tree -Remove Each 103.00 Fence -Remove (CHAIN LINK FENCE) Linear Foot 720.00 Bridae-Gravel Pa vement -Remove Sauare Yard 780.00 Miscellaneous Time & Materials -Install /REMOVE Small Road Sion\ Each 3 .00 Miscellaneous Time & Materials -Install (ADJUST TOP O F SIGNAL BOX) Each 1.00 Manhole-Adiustment -Services (ADJUST MANHOLE (SANITARY)) Each 2 .00 $350.00 Va lve Box-Adiustment -Services CAdiust water valve) Each 1.00 $300.00 Utilitv Adiustment -Reoair Lumo Sum 1.00 $50,000.00 Pa vement-Unclassified Street Excavation -Remove Cubic Yard 1750.00 Fill Material-Borrow-Install (O n-site /FINAU (ORD COMP) ( TY en Cubic Yard 23000.00 Fill Material-Borrow -Install /Off-site /FINAL\ /ORD COMP\ r TY C\\ Cubic Yard 6000.00 Bridge-M SE Retaining Wall -Install ((TXDOT SPEC 423-2001)) SQuare Foot 27100.00 Fill Material-Borrow -Install (See Special Spec "Compacted Fill For Le vee") Cubic Yard 4700.00 Suborade-8 Inch-Lime Stabilized -Install Sauare Yard 11000.00 Suborade-Lime for Stabilization -Install /LIME /HYDRATED LIME /SLURRY\\\ Ton 209.00 Topsoil -Install Cubic Yard 1500.00 $17.00 Pa vement-Non Green Cement -Install /CONG PVMT (10")) Souare Yard 9520.00 Dri vewav-6 Inch -In stall UCONC\ 4000 osi at 7 davs\ Souare Foot 2310.00 Pavement-Paver On Concrete Base -Install (BRICK PAVERS) Pavestone, City Stone , Schlegal Tan Blend or aooroved eaual. Sauare Foat 4960.00 Walk -Install ICONC SIDEWALKS 16 "\\ Sauare Foot 41000.00 Curtr7 Inch -Install Linear Foot 3975 .00 Walk-A DA \Mleelchair Ramp -Install (Tvn.. G) Each 2 .00 Walk-ADA IMleelchair Ramo -Install /TYPE Bl Each 5 .00 Walk-A DA IMleelchair Ramo -Install /TYPE K1 Each 1.00 Guardrail-Install (RAIL (TY T411)) Linear Foot 2082 .00 Fence-Chain Link -Install Linear Foot 350.00 Walk-Handrail -Install Linear Foot 187.00 Sie n-Street sions -In stall Each 11 .00 Miscellaneous Time & Materials -Install (Install remova ble pipe bollards per EA} Each 8 .00 Traffic Control -Install Lump Sum 1.00 Markino-Strioino & Handicao Svmbol -Install Lumo Sum 1.00 Bridae-Articulatino Concrete Block -Install Sauare Foot 36000.00 Pa vement-Non Green Cement -Install (CONC PVMT (7") Hulen Street) Souare Yard 400.00 Suborade-6 Inch-Lime Stabilized-28 lbs/sy-Install (LIME TRT (EX ST MATL) (6") for Hulen Street)SQuare Yard 460.00 Your Bid $0.00 $0 .00 $0.00 $0.00 $0 .00 $0.00 $0.00 $0.00 $0.00 $0.00 $700.00 $300.00 $50 000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $25,500.00 $0.00 $0.00 $0 .00 $0.00 $0 .00 $0 .00 $0.00 $0.00 $0.00 $0 .00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 City of Fort Worth Project Manager: 'MLSON Project 00107 -CLEARFORK MAIN STREET BRIDGE UniUSection : PAVING C295 303230010783 Date City Project # Your Vendor Number Your Company Name Bid Items Line Number 40 41 42 43 44 45 46 47 48 49 50 51 52 53 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 7 1 4/20/20 10 107 CPMS Record Number B ID-00504 B ID-00184 B ID-01108 BID-00389 BID-01226 BID-01226 BID-01226 BID-01109 BID-00175 BID-01226 BID-00968 BID-0 1115 BID-00970 BID-00396 BID-00121 BID-00535 BID-00121 BID-00121 BID-00121 BID-00536 BID-00121 BID-00121 BID-00430 BID-00121 BID-0012 1 BID-00121 BID-00121 BID-00411 BID-00427 BID-00124 BID-00121 Material Steel Veaetation Steel PVC Coooer Coooer Copper Steel PVC Copper Assembly Assemblv Assemblv Assembly Other Assemblv Other Other Other Concrete Other Other Asnhalt Other Other Other Other Concrete Concrete ServiceCS Other Contractor Instructions : Fill in green cells with your CFW Vendor ID , your Company Name and your bid amounts. When your bid i s complete, save and close. Print and submit hard copy of the bidform. BID INCOMPLETE! This incomplete notice will disappear upon completion of all green fields which are required before submitting the bid Unit of Your Unit Description Measure Quantity Price Sian-Proiect Desianation -Install Each 1.00 $200.00 Tree Protection Per Reolacement -Install Lumo Sum 1.00 Conduit-3 lnct>-R igid Metal -Install ((TxDOT Spec 618 2056)) Linear Foot 2030.00 Conduit.J Inch -Install Linear Foot 2830.00 Cable-Electrical -Install /#8 Conducto rs ) Linear Foot 12310 .00 Cable-Electrical -Install /#1 Conductors) Linear Foot 600.00 Cable-Electrical -Install (#6 Conductors) Linear Foot 200.00 Conduit-2 lnct>-Riaid Metal -Install Linear Foot 1260.00 Conduit-2 lnct>-Sch 40 -Install Li near Foot 2010.00 Cable-Electrical -Install (#4 Conductors) Linear Foot 12300.00 UQht-Concrete Foundation Type 3 , 5 , 6 & 8-Install Each 6.00 Electrical Ground Box with Lid and Apron -Larae -Install Each 8 .00 Licht-Ornamental Pole & Fixture -Install lSee Section 5.10 in the soec book) Each 6 .00 Electrical Service incl Relay -Install (TxDOT TY C Ped. Mount serv panel with grnd rod and lighting contactor) Each 1.00 Miscellaneous Time & Materials -Install (Concrete Seat Wall s per LF) Each 84.00 Wa lk-H andrail -Install /Seat Wall Rail) Linear Foot 83 .00 Miscellaneous Time & Materials -Install (Limestone Screenina oer SF) Each 6702.00 Miscellaneous Time & Materials -Install (Decorati ve Columns (Tall\ Per EAl Each 20.00 Miscell aneous Time & Materials -Install (Decorative Columns (Short) per EA) Each 24 .00 Walk-Stens -Install /Cast-in-nlace stairwavl SQuare Foot 300.00 Miscell aneous Time & Materials -Install lStairwav Railino oer LFl Each 80.00 Miscellaneous Ti me & Materials -Install (Pedestrian Plaza Retaining Wall s Per LF } Each 552.00 Pavement -Install (2" HMAC with 6" Flex-base Per City Detail STR-030. In cludes fl owable fill material) Sauare Yard 570 .00 Miscellaneous Time & Materials -Install (Mock-up (LS) See Sht 35A) Each 1.00 Miscellaneous Time & Materials -Install (4 " irriaation sleeves per LF) Each 1470.00 Miscellaneous Time & Materials -Install (2 " irrioation sleeves oer LF) Each 735.00 Miscellaneous Time & Materials -Install (6 " colored and textured concrete oer SYl Each 400.00 Retainina Wall -Install (See Sheet 61) Cubic Yard 6 .00 Median -Install /4" thick) Sauare Foot 1460.00 Mobilization -Services (Per Tx DOT soec 500) Lumo Sum 1.00 Miscellaneous Time & Materials -Install (Haul off excess ma terial from stockoile site lCYH Each 10000.00 Total Bid This Uni \ Your Bid $200.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 $0 .00 $0.00 $0.00 $0.00 $0.00 $0 .00 $0.00 $0.00 $0.00 $0.00 $0 .00 $0 .00 $0.00 $0.00 $0.00 $0.00 $0.00 $0 .00 $0.00 $76 ,700.00 City of Fort Worth Project Manager: llv1LS0N Project 00107 -CLEARFORK MAIN STREET BRIDGE Unit/Section: DRAINAGE C295 30323001078:l Date City Project # Your Vendor Number Your Company Name Bid Items Line Number 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 22 23 24 4/20/20 10 107 CPMS Record Number BID-00102 BID-00080 BID-00070 BID-00886 BID-00889 BID-00069 BID-00069 BID-00081 BID-01092 BID-00092 B ID-00104 BID-00103 BID-00111 BID-00106 BID-00115 BID-00135 BID-001 34 BID-00922 BID-00100 BID-00113 BID-00372 BID-00121 BID-00082 Material ServiceCS ServiceCS ServiceCS Concrete Concrete Concrete Concrete Concrete Concrete Other Concrete Concrete Concrete Concrete Concrete Veaetation Veoetation PVC ServiceCS Concrete ServiceCS Other Concrete Contractor Instructions : Fill in green cells with your CFW Vendor ID , your Company Name and your bid amounts. When y our bid is complete, save and c lose. Print and s ubmit hard copy of the b idform. BIO INCOMPLETE! This incompl~te notice will disappear upon completion of all green fields which are required before submitting the bid Unit of Your Unit Description Measure Quantity Price Inlet -Remove (10' inlet) Each 1.00 Pioe -Remove (54" oioe) Linear Foot 238.00 Headwall -Remove Lump Sum 1.00 Box Culvert-7 Ft x 6 Ft -Insta ll Linear Foot 178.00 Box Culvert-8 Ft x 5 Ft -Install Linear Foot 605.00 Headwall -Install /C L C CONCl Cubic Yard 2.00 Headwall -Install /llv1NGWALL /SWI HW=6 FTI\ Cubic Yard 30.00 Pioe-21 Inch-CL Ill -Install (RC PIPE) Linear Foot 651 .00 Pioe-27 Inch-Class Ill -Install Linear Foot 47 .00 RioRao -Install Cubic Yard 4 .00 lnlet-Droo-4 Ft -Install (2 X 2 DROP INLETI Each 1.00 Inlet-Drop.> Than 4 Ft -Install (4ft x 4ft) Each 1.00 lnlet-Recessed-10 Ft -Install Each 2.00 lnlet-lnline-10 Ft -Install Each 4 .00 Manhole -Install Each 2 .00 Grass-Seedino -Install /2 " seed iniected blanket) Sauare Yard 500.00 Grass-Hvdromulch Seedino -Install Sauare Yard 12300.00 Pipe-6 Inch Drain (Non-Perforated) -Install Linear Foot 24.00 Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install Lump Sum 1.00 lnlet-Recessed-20 Ft -Install Each 1.00 Trench Safetv Svstem 5 Foot Deoth -Install Linear Foot 233.00 Miscellaneous Time & Materials -Install /Pioe-12 Inch-CL Ill-Install oe r LF\ Each 29.00 Pioe-24 Inch-CL Ill -Install Linear Foot 99.00 Total Bid This Uni 1 Your Bid $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0 .00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 City of Fort Worth Project Manager: WILSON Project 00 107 -CLEARFOR K MAIN STREET BRIDGE Un iUS ecti on : BRIDGE C221 303230010783 Date Ci ty Project # Yo ur Vendor Number Yo ur Compa ny Nam e Bid Items Line Numbe r 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 4/20/20 10 107 CPMS Reco rd Number BID-01209 BID-01209 BID-01210 BID-01214 BID-0 1213 BID-01215 BID-012 11 BID-01212 BID-01216 BI D-0 1217 BID-0 1218 BID-01219 810-01220 BID-01220 BID-01221 BID-01222 BID-01208 Mate rial ServiceCS ServiceCS Concrete Concrete Concrete Concrete Concrete Concrete Concrete Concrete ServiceCS ServiceCS Stee l Steel Steel ServiceCS ServiceCS Contractor Instructions : Fill in green cells with your CFW Vendor ID, your Company Nam e an d your bid am ou nt s. W hen your bid is com plete, save and close. Print an d submit hard copy of the bidfo rm. BIO INCOMPLETE! This incomplete notice will disappear Upon completion of all green fields which are r~quired before su,bmitting the bid Un it of Your Unit Descript ion Measure Quantity Price Bridae-Drilled Shaft -Install ((42" DIA.l /Tx DOT Scee: 416-2005)) Linear Foot 1008.00 Bridae-Drilled Shaft -Install ((54" DIA.l /TxDOT Scee: 416-2007ll Linear Foot 624.00 Bridge-Abutement Class C Concrete -Install ((TxDOT Spec: 420-2003)) Cubic Yard 75.00 Bridge-Bent Class C Concrete -Install ((ARCH) (TxDOT Spec: 42().2004)) Cubic Yard 43.00 Bridae-Footina Class C Concrete -Install ((MASS PLAC EMENT) /TxDOT Scee: 420-2018ll Cubic Yard 374.00 Bridoe-Accroach Slab Class C Concrete -Install aTxDOT Scee: 42Q.2033ll Cubic Yard 123.00 Bridge-Column Class C Concrete -Install ((MASS) (TxDOT Spec: 42().2055)) Cubic Yard 342 .00 Bridae-Cao Class C Concrete -Install ((MASS) /TxDOT Spec : 420-2059)) Cubic Yard 230.00 Bridae-Reinforced Concrete Slab -Install (/TxDOT Scee: 422-2001l\ Sauare Foot 33367 .00 Bridoe-Prestressed Concrete Beam -Install HTY VI\ IMODl ITxDOT Scee: 425-2059ll Linear Foot 4334.00 Bridae-Post Tensionina -Install ((GROUTED\ /TxDOT Saec: 426-2001\\ sand Kip.Foot , 8693.00 Bridae-Concrete Surface Treatment -Install ((CLASS I) (TxDOT Spec: 428-2001)) Souare Yard 4380.00 Bridae-Bearina Pad -Install (ELASTOMER IC BEAR (IE1l /TxDOT Scee : 434-2001ll Each 8.00 Bridoe-Bearino Pad -Install /POT BEARING ITxDOT Scee: 434ll Each 24.00 Bridge-Rail -Install (RAIL (TY T411) (TxDOT Spec: 450-2006)) Linear Foot 2200.00 Bridae-Sealed Expansion Joint -Install ((5"l (SEJ • Al /TxDOT Spec: 454-2009)) Linear Foot 122.00 Bridae-Temcorarv Shorina -Install (/TXDOT 403-2001ll Sauare Foot 4737.00 Total Bid This Uni1 Your Bid $0.00 $0 .00 $0.00 $0.00 $0.00 $0 .00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 City of Fort Worth Project Manager: IMLSON Project 00107 -CLEARFORK MAIN STREET BRIDGE Unit/Section : PEDESTRIAN BRIDGE C221 30323001078j Date City Project # Your Vendor Number Your Company Name Bid Items Line Number 1 2 3 4 5 6 7 8 9 4/20/2010 107 CPMS Record Number BID-01209 810-01210 810-01216 810-01223 810-01223 8 10-01221 8 10-00121 810-01223 810-01220 Material ServiceCS Concrete Concrete Steel Steel Steel Other Steel Steel Contractor Instructions: Fill in green cells with your CFW Vendor 10 , your Company Name and your bi d amounts. When your bid Is complete, save and close. Print and submit hard copy of the bidform. BID INCOMPLETE! This incomplete notice will disappear upon completion of all green fields which are requ ired before submitting the b id Unit of Your Unit Description Measure Quantitv Price Bridge-Drill ed Shatt -Install ((241N) (TxOOT Spec : 416-2002)) Linear Foot 80.00 Bridoe-Abutement Class C Concrete -Install ((TxOOT Spec: 420-2003)) Cubic Yard 25.00 Bridae-Reinforced Conc,ete Slab -Install ((TxDOT Soec: 422-2001)) Sauare Foot 6338.00 Bridae-Stuctural Steel -Install /STR STL /ROLLE D BEAM! /TxOOT Soec: 442-2001)) Ton 53 .70 Bridae-Stuctural Steel -Install ISTR STL /M ISCELLANEOUS! /TxDOT Soec: 442-2005ll Ton 3.90 Bridae-Rail -Install (RA IL (PEOESTRIAN)(SPL) (TX OOT 450-2044) Linear Foot 968 .00 Miscellaneous Time & Materials -Install (FI XED BOLLARDS /TXOOT 5606-2001 l PER EAl Each 2 .00 Bridge-Stuctural Steel -Install (STR STL (M ISC) 1-1/4" HANGER ROD (SPL) PER LB (TXOOT 442-2005)) Ton 2.10 Bridae-Bearina Pad -Install (ELASTOMERIC BEAR (SPL) (TXOOT 434-2024)) Each 26.00 Total Bid This Unil Your Bid $0.00 $0.00 $0.00 $0.00 $0 .00 $0.00 $0.00 $0.00 $0.00 $0 .00 City of Fort Worth Project Ma n ager: V>ILSON Project 00107 -CLEARFORK MAIN STREET BRIDGE Unit/Sectio n: CONDUIT AND TRAFFIC SIGNALS C295 3032 3001078 1 Date City Project # Yo u r Ven d or Number 4/20/2010 107 Contractor Instructions: Fill in green cells with your CFW Vendor ID , your Com pany Name an d your bid amounts. When your bid is complete, save an d close. Print and submit hard copy of the bidform. Your Comp any Name BIO INCOMPLETE! This incomplete notice will disappear upon completion of all gree11 fields which are required before submitting the bid Bid Items Un it of Your Unit Li ne Nu m be r CPMS Record Number Materi al Desc ripti on Me as ure Qu an t ity Price 4 BID-01263 PVC Conduit-2 Inch-Open Cut-Sch 40 -Install Linear Foot 130.00 5 8 10-01262 PVC Conduit-3 Inch-Open Cut-Sch 40 -Install Linear Foot 195.00 6 810-00382 PVC Conduit -Install (Schedule 40, PVC 3" Borel Linear Foot 205.00 9 8 10-01261 Connar Cable-Num 14-20 Conductor Stranded Cable -Install Linear Foot 1185.00 10 BID-01260 Coooer Cable-Num 6 Trio lex -Install Linear Foot 45.00 11 810-01258 Copper Cable-Num 6 XH HW BLACK -Install Linear Foot 75.00 12 810-01259 ConnAr Cable-Num 6 X HHW WHITE -Install Linear Foot 75.00 13 BID-00380 Connor Cable-Num 8 XHHW BLACK -Install Linear Foot 510.00 14 BID-00381 Copper Cable-Num 8 XHHW WHITE -Install Linear Foot 510.00 15 810-00378 Copper Cable-Num 8 Bare -Install Linear Foot 955.00 16 BID-01116 Assemblv Electrical Ground Box with Lid and APron -Small -Install Each 1.00 17 810-00523 Steel Sianal-Traffic Sianal Pole Assv & Mast Arm -Install Each 2.00 18 8 10-01028 Assembly Sign-Medium-Overhead Mount-Furnish & Install -Install Each 2 .00 19 BID-01023 Assemblv Sian-Larae-Overhead Mount-Furnish & Install -Install Each 2 .00 20 BID-01242 Assemblv Sianal-60 Ft Mast Arm-item Provided bv Citv -Install Each 1.00 21 BID-01241 Assemb/v Sianal-56 Ft Mast Arm-item orovided bv Citv -Install Each 1.00 22 B ID-01243 Assemblv Sional-8 Ft Street Lioht Assembly-item provided by City-Install Each 2.00 24 BID-01058 Assemblv Sianal-Concrete Foundation Tvpe 5 -Install Each 2.00 25 810-01066 Assemblv Sianal-Pedestal Service -Install Each 1.00 26 810-01060 Assemblv Slanal-lnternational Pedestrian Siana! TvPe P -Install Each 4 .00 27 BID-01 062 Assembly Signal-Mast Arm Stabilizer -Install Each 2 .00 28 BID-01 245 Assemblv Sianal-Opticom Cable and Detectors-item provi ded by Citv-Install Lump Sum 1.00 29 BID-01 067 Assemblv Sianal-Pedestrian Pushbutton & Sien Assemblv -Install Each 4 .00 30 810-01068 Assemblv Sianal-Salvaae Existina Traffic Sianal Eauioment -Remove Lump Sum 1.00 31 810-01069 Assembly Signal-Signal Head 3 Section Tvoe A , Tvoe B -Install Each 8.00 34 BID-01250 Assemblv Sianal-Tvoe 45 Signal Pole-item provided by City -Install Each 2.00 35 BID-01 253 Assemblv Sional-VIVDS-item provided bv Citv-Install Lump Sum 1.00 36 8 10-00395 Assemblv Electrical Pull Box -Install (4'W X 8'L X 4'0 PULL BO X Franchise Utilitvl Each 2.00 37 BID-01226 Copper Cable-Electrical -Install (4 INCH PVC CONDUIT Franch ise Utililv\ Linear Foot 500.00 38 BID-01226 Copper Cable-Electrical -Install (4" Rioid Galvanized steel Franchise Utility) Linear Foot 800.00 Total Bid This Uni1 You r Bid $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 S0.00 $0.00 $0.00 $0.00