Loading...
HomeMy WebLinkAboutContract 46135��� ���� ������ {��e .- _. - . _ ,._.�_ _, .. ���� ������ PROJECT 11�A1�TAL FOR THE CO1��TRUCT���T OF �LUDGE O�LY LA1�llFZLL (SOL) �LOPE REPA�R A1�TD TREE REI�IOVAL Cify Project No. WRT-Z00�-30000� Befisy Pri.ce Mayor Tam Higgfns City Manager S. Frank Crumb, P.E. Direc#or, Water Department ` Prepared for . The Ciiy of Fart WoY-th Water Department 2014 — � — - — �� � r'.14e'�9�'tR'�l�r �'31f���� fa��i� ������� ti �`�f. �'� `'�'t . -.�-�- -- -, ��� ������ � � 4004 Fossil Creek BouIevard Fort Worth; T�xas 7613�-�i�0 T�PE REG #31� �� n � R�C�IV�fl P��°'.' 1.1 �2�fi� �it�r Af ��� ��r��, T�xas IN���/or and Co�ncil �o��m���c�t�o� ` ��UN�iL ��TIO#�: A�a�ra�r�d �n �f�3{��'�4 ��T�: Tuesday, September 23, 2014 LQG NAI�E: 60LEVEE REPAIR ��FERENGE NO.: **C�27003 SU�JECi: Authorize Execution of a Contract wit� Austin Filter Systems, Inc., in the Arnount of $649,483.44 for Construction of the Slucfge Only Landfill Levee Slope Repairs and Tree Remo�al and Pro�ide for Cantingencies for a Project Tatal in the Amaunt of $668,967.44 (COUNClL DISTRICT 5) R�COIUINY�N�A�IOiV. It is recommended that the City Counc�f autharize the executian of a contract with Austin Filter Systems, Inc., in the amount of $649,483.44 for construction of the sludge only landfill levee slope repairs and tree remo�al and provide for cantingencies for a projec# total in the amaunt of $668,967.44. D1�C[JSSION: On September 18, 2D12, (M&C G25850) the City Council authorized an Engineering Agreement witF� Halff Associates, inc., to prepare studies and applicatians for the FEMA certification af two levees in the Triniiy River filoodway: the Village Creek Water Reclamation Facility site ancf the Sludge Dewatering Facili#y site. This Agreement was amended on January 28, 2014, (M&C C-26652) ta authorize the preparation of construction plans and specifications ta address deficiencies found in the two levees that affect the ability ta Qbtain the federally required levee certification. The praject was adv�rtised fior bid on June 5 ar�d June 'I2, 20��. On July 3, 2014, the fo{lowing bids were recei�ed; �1���� A�O�1N� T'IAlY� QF �Ol9�YPLFiIOi� Mann �o�insan & S�ns. Inc. W ���! �stin Filter Systems, Inc. �t7Ci �ontractin�, �r�c. !ARK Contractina Servic�s, Inc. Pepper-L�awson Waterworks, LLC Hum�hr�y & Mortan Canstructian Ca Non-Res�ansive B�dder �649,483.44 � �180 Calendar Days �553,�46.0� $678,227.00 �679.Q00.00 :�fi�1,681.9Q �'Mann Robinson & Sons, Inc., has b�en declared a non-responsive bidder due ta its failure to submit the required MBE submittals. Staff recommends award of the contract ta the next law responsi�e and responsible bidder. M/WBE Office — Austin Filter Systems, Inc., is in compliance with the City's BDE Ordir�ance by committing Lo�narr►e: 64LEVEE REPAIR Pa�e 1 oi 2 ¢ to nine percent MBE parkicipatiar�. The City's MBE goal on this project is nine percent. !n addition to the contract amount, $19,484.00 is needed for contingencies. This project is I�cated in COUNCIL DISTRICT 5 and serves ALL COUNCII. DlSTRICTS. �'�S�A� I�' �OR�flA'I"10�' 1 C�RiI�iC�4ilOR1: The Financial Management Services Director cer�ifies that funds were nat specificall�r budgeted for this project in Fiscal Year 2D14; however, the deparfinent has identified current year sa�in�s to offsef t�e full cost. �Ui�� C�i���RS: i0 �undlf�ccounflCenters �ROi� �undl�eccountlCenters PE45 539120 07a5pQ8 C�F� f I�IC�►7'IOFi��: Submitt�d for City {9�anaqer's Office by: Oriainatina �eoartm�nt Head: �dditional Informa�ion Cantact: Fernando Costa {6122) S. Franfc Crumb (820i) Madelene Rafalko {8215) A�iAGbfi��i�iS 1. 60Levee Re�air Location Mao.odf {Public) 2. 60Levee Repair MWBE Compliance.�df (CFW Internal} 3. PE4�-SZZZZZ-070ZZZZ.docx (C�V111nternal) $649,483.44 Lo�name: 6QLEVEE REPAIR Page 2 af 2 � �� � �� � �1 ��� �� ���� Y � ���� � Standard Construction Specification Documents � Adopted Septeinber 2011 ct�r o� �o�� �ro��b Bid Docum�nis Package Folder Gontents C��cklisfi Item � Item IVO. � t�0 11 13_T�vitatian to Bidders.doc 00 41 00 00 43 13 00 42 43_00 �3 � 37 40 45 12 00 35 13 Bid Proposal Wvrkbook.xls � 00 �5.11 Bidders Prequalifica.tions.dac � 00 45 13 Bidders Qualifcation Applicatior�.xls 40 45 26 Contractor Complianc� � wi�h Workers Compensatian Law.doc Cornplete Specifieations and � Contract Documenf in pdf forna (Referenced Specifications in Construction Specifications Folder) 7 Camplete Plan Set in pdf forni $ Link fo dwf sheets in Final Drawings Foid�r � P�an Holdex Registration 1 a Plan Holder List (in Plaz�. Holders Folder) ,� � This Dacument ENCLUDED {�EiA COMMENTS & INI71A1,5 1 oaaoao-i STANDARD CONSTREICTION SPECIFICATION ➢OCUMENTS Page I of 4 S�CTION 00 00 80 TABLE �F CONTENTS Division 00 - General Condifions QO OS IO Mayor and Council Comtnunicatiou 00 O5 15 Addenda OQ 1 I 13 Invitation to Bidders 00 2I 13 Instructions to Bidders 00 35 13 Canflict of In#erest Affidavit OU 41 00 Bid Forzn 00 �2 4-3 Proposal Form Unit Price 00 43 I3 Bid Bond OQ 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequa�ifications 40 45 12 Prequali�cation Statement 40 45 13 Bidder Prequali�'ication Application 00 45 26 Contractor Coz�npliance vvitia Woricers` Compensation Law 00 45 40 Minarity Business Enterprise Gaal OD 52 43 Ageement �p 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 QO General Conditions 00 73 d0 Supplemeniary Conditions Division Ol - General Requirernents Oi 11 00 Summary of Work Ol. 25 00 Subs�itutian Procedures O I 3l 19 Freconstruetion Meeting 0 J. 3120 Pxoj ect Meetings O I 32 1 G Construction Progress Schedule O1 32 33 Preconstruction Video Q1 33 fl4 Sui�mitials O1 35 13 Special Project Procedures Ql �45 23 Testing and Tnspe�tion Ser�ices OI 50 00 Temporary Facilities and Cantrols fl1 55 26 Street Use Fermit and Modifications �o Traf#"ic Control OI 57 13 Storm Water 1'ollution Prevention Plan O1 58 I3 Temparajy Project 5ignage O 1 60 00 Product Itequirements O1 66 00 Prod�ct Storage and Handlzng Requirernents O1 70 04 Mobilization anc! Re�nobilization O1 71 23 Construction Staking and Survey O1 74 23 Cleaning 01 77 19 Closeout Requirements Ol 78 23 Operation and Maint�nance Data O1 78 39 Project Record Docurz�ents CIT'Y 0� �'(?RT WORTIi SOL SLOYE REPAIR AMD TREE RENiOVAL S`PANbAl2b CONSTItflCTlpN SPEGIF'ICATION DQCUMENTS City Project t�lo. WRT-2001-3000D7 Revised I+Iovember 22, 2013 000aoo-2 STANDARD CONSTRUCTION SP�CiF1CATIQN BDC[7MENT5 Page 2 of 4 Technical Specifications which have been �nodified by the En�ineer speceficaEly for this Project; hard copies are included in the Project's Contract Documents ., � Division OZ - Existing Conditions Division 03 - Co�ncrete Division �6 - �Eectrical Division 31- Earthwaxk Division 32 - Exterior Improveme�nts 32 92 13 Hydro-Mulching, Seeding, at�d Sodding Division 33 - IItilities Division 34 - Transportatian TecRnical Specifcatio�s listed belovv' are included for fhis Project by reference and can be viewed/downlaaded from the City's Buzzsaw site at: htbs:l/�roiectpnint.buzzsaw.com/elientlforiworth�ovlResources102°/a20- °�o20Constructian°/n20Documenis/Specifications Division 02 - Exisfing Condit�ons 02 4I 13 5elective Site Demolitian Di�ision 03 - Cancrete Division 26 - �lectrical � Division 31- Earthwork �� 31 10 00 Site Clearing 31 23 i 6 Unclassified Excavation 31 23 23 Borrow + 3I 24 00 Embankments �� 31 25 DO Erosion and Sedirnent Cantrol 31 36 00 Gabions . Di�ision 32 - Exterior Improvements 32 91 19 Topsail Placeinent and �'inishing of Parkways ` Divisinn 33 - Utilit�es Division 34 - Trauspoe�tation �., i Appendix GC-4.0� Avaiiability o�Lands C1TY OF FORT WORTH ST'A�lDARD COI�ISTRUCTION SPEGI=ICATION DOCUMENTS Itevised November 22, 2013 SOL SLOPE REPAlR AND TIZEE REMOVAL City Project No. WRT-20Qi-30UOD7 000000-3 STANl7A'ItD COi�STRUCTION SPECIFICATION DQC[yMEN"f5 Page 3 of 4 GC-4.Q2 GC-4.04 GC-�.46 GC-6.06.D GC-6.07 GC�6.09 GC-6.24 GR-01 60 00 Subsurface and Pliysicai Conditions Underground Facilities Hazardous Environmental Condition at Site Minority arid Wamen Owned Business Enterprise Compliance Wage Rates Pez�tits and Uti�ities Nondiscrimination Product Requirements END OF S�CTY4N CITY QF FpRT WORTH 50L SLOPE IZEPAiIt AND TREE REMOVAL STAt�fDARb CONSTRUCT[DN SI'EC1F[CATION 170CUMENTS City I'roject No. WftT-2001-300007 j Revised Novemher 22, 20i3 i��visi�'�n �10 , �c���:�`�l �[�nc�itiv�� aoosio-t MAYflR AND COUNCIL COIViMUNICATiON (M&C) Pane 1 of 1 � 2 3 4 5 & 7 8 9 10 11 12 13 14 1S 16 I7 18 �• 19 . L 2Q .� 21 I 22 .L z3 � r i V sECTTorr oo as xo MAYOR AND COUNCIL COMMUNZCATION (M&C) END OF SECTION CITY OF FORT WOR"CH S'E'ANDARb COt�STRifCTIOt�4 SPECIPiCAT10N DpCIJMEidTS Revised July l, 20I 1 SOL SLOPE REPAfR AIdD TREE REMOVAL City Project t�4o. WRT-2001 •300007 00OS15-1 ADDENDA Page 1 of f �; i 2 3 4 5 6 7 8 9 16 11 12 I3 I4 15 16 Ii is 19 2Q 21 22 �ECTroN oa o� i� ADDENDA END OF SECTZON ,, CITY OF FORT W4RTH SDI. S[,�PE REPAIR AND TREE REIv10VAL 5TA3JDARD COTIS�'RUCTIDN SPECIFICATIO?�1 BOCLfMENTS Ciry Project No. WRT-20D3-3D0007 Revised duly i, 2011 �17�Y ��' �ORi' V�fARi�i 1�A`iER ��PA�if��NT AD��F��U�il P��. � To the Plans, Spec�flcations & Ger�eral Contrac# Documents S�UDG� ONL.Y LANDFIL.I� (Sa�.) S�.E3P� R�PAIR AND TRE� REMOVAI. City Praject No. WI�T-2401-3QUt107 Re�ised �id f]ate; J�iy �, 2D'[� Adden�um No. 1; Issued June 48, 20�4 This Addendum, forms park of the P�ans, 5�eciffcations & Cantract Documents far the abave referenced Project and rnodi#ies the ariginal advertisement. Bidder shall ackrzowiedge rece;pt of fi�is addendum in the space provided below, in the SECTION 00 41 00 BfD FORM (Page 3 of 3) and acknowledge receipt on the outer envelope af your bid, Failure ta acknowledge receipt of #his adderrdum cauld subject the �idder to dtsqual�f�catian. The plans and specificatia� d�cumer�ts far SLUDGE ONLY LANDFII.L. (SOL) SLOP� R��A[R AND TREE REMOVAI. are hereby revised by Add�ndum Na. 1 as follows: 1. The bid date and t�me for th� projecf is Thursdayr July 3, 2014 af �:30 P.M. CST. The bf� date and time were ir�corr�ct in the published ad�ertisemeni. 2. The perirneter fence may ba altered #a alfaw access �uring canstruction provided the gate is secured closed wh�n the contractar is not worki�g ar�d is atfende� a# all times wf�ile it is open. All other provisians o€ the plans, specifications and contract documents for the praject which are not expressly amended herefn shalf remairt in fuff force and effeci. A slgned eopy of th� Addandum shauld be includec# In ths s�aled bid envelape at the time of b9d submittal. Fai�ure a�lcnawledge th� rec�lpt ofi t�ls Addendum could cause the subject bidder to be considered °N� ESPONS4V�," resuEting in disqualificat�a�. REC�IPT NO M�NT: �r n�s Cr b, PE, Water epariment, Direcfor By� � e �fal PE r� MARK TOUNGATE - PRESIDENT By. Mad I e , Proieat anaaer Campany: AUST[N FI�T�R SYSTEMS, INC. Address: 13653 RLfTLEDGE SPUR Cl�y: AUSTIN S#���', TX ADD�NDUM NO. 1 Issued: June 18, 201A� Page 4 oi 'f �0 11 13 - 1 INVITATION TO SIT?I7ERS Page 1 af 2 1 � 3 4 5 6 7 8 9 ia 11 12 l3 14 15 16 17 l8 19 20 Zl 22 23 24 25 2G �7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4S 46 47 48 49 SECTION OU 11 i3 zNvzTATzorr To BmDERs RECEIPT OF BIDS Sealed bids far the consiruction of SLi1DGE ONLY LANDFILL (SOL) SLOPE REPAIR AND TREE REMOVAL — City Projec# No. WRT-2U01-300007 will be received by t�e City of Fort Worth Purchasing Office: Cily of Fort Worth �'urchasing Division lOQO Throckmorton Street Fo�t Worth, Texas 76I Q2 until 1:30 P.M. CST, Thursday, July 3, 2Q1�, and bids will be opened puhlicly an.d read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTTON UF WORK The major work will consist ofthe (approximate) follawin.g: Levee tree removal, slope repair and insfiallation of erosion protection. PREQUAL�+'ICATION Tkze iz�npravezxzents inclnded in this project must be pe�or�:ed by a contractor vvho is gre- qualified by the Cit.y at the ti�ne of bid opening. The procedures for qualification and pre- qualification are ou�iined in the Section Od 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXANIINATTON AND PROCUREMENTS The Bidding and Cantraat Docu�ents may be examined or abtained on-line by visiting the City ofFort Worih's Purahasing Division website at httn://www.fortvvorth�ov.ar�/nurchasin�/ and clicking on the Buzzsaw lizzk to the advertised project folders on the City's Buzzsaw site. The ConCract Documents may be downioaded, viewed, and printed by intcrestad coz�tractors andlor suppliers. Copies of the Bidding and Contract Documents may be purchased from Halff Associates, Inc. which is as follows: 4000 Fossil Creek Boulevard, F'ort Worth, Texas 76137 The cost of Bidding and Cvntract Do��unents is: Set of Bidding and Contract Dacuments with full sizs drawin.gs: $50 PREl3ID CONFERENCE A prebid conference may be held as described in 5ection OQ 21 13 - INSTRUCTIONS TO BTDDERS at the folIowing location, date, and iime: DATE: 3une 17, 2014 TIM�: 3 FM PLACE: Village Creek Water Reclamation Facility CIT'Y'S RIGHT TO ACCEPT OR RE,TECT BIDS City reserves the righ� to waive irregularities and to accept or re�ect bids. C1TY OF FORT WORTH STANDARD CONSTR[�CTIOAf SPECIFICATIQN DOCUh�[EIdTS Revised ]uly l, 2011 SOL SLQPE REPAI� ANI] TREE REMOVAL City project No_ VJRT-2pDl 300D07 00[�13-2 INVLTATiQN TO BTQpEKS Fage 2 of 2 �r l � .. � , �. t 2 3 � 5 6 7 8 9 �0 I1 12 13 14 15 iNQUIRTES All u�quiries relatzve to tI�is procurement should be adciz-essed �o the following: Attn: Madele�ta Rafalka, P.E., City of Fart Wort� Email: madelene.rafalko@forhwort�texas.go� Phona: 817-392-8215 AND/�R Attn: Dennis Haar, P.E., HalffAssaciates, Tnc. Emai1: dhaar@halif.cnm Phone: 817-847-1422 ADVERTISEMENT DATES dune 5, 2014 ru�� ia, Zo�4 END OF SECTION CITY OP FC11�T WORTH 5TANDAiZD CONSTRl7CTION SPECII'ICA,TiON bQCUMENTS Revised ]uly l, 20ll SqL SLDPE REPAIR AND TREE 4ZEMOVAL CityProjectNa. WRT-20D1-300007 00 21 13 -1 1NS1'RUCTIONS TO BIDDERS Page 1 of9 � 2 3 4 5 6 7 S 9 14 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q �1 42 43 44 45 sEc�rorr oo �x �3 1NSTRUCTIONS TO BIDDERS 1. De�ned Terms 1.1. Ter�s used in these IIVSTRUCTIONS TO BIDDERS, which are dsfi�ed in 5ection QO 72 00 - GENERAL CONDITIONS. 1.2. Certain additianal ter�ns �sed in these iNSTRUCTI�NS TD BIDDERS have the rneanings indicaied below which ar� applicable to both the singular and plural thereof 1.2.1. Bidder: Any person, #�i�rz�i, partt�ership, eompany, associatian, or cor�oration acting directly through a duly authorized representative, submitiing a bid for parfo�ning the wark contemplaied under the C.ontract Documents. 1.2.2. N�nresid�nt Bidder: Any person, frm, partnership, compan�, associat�on, or corporation ac�ing directly thraugh a duly authorized representative, submitting a bid for performing the work contemplated u�der the Confract Documents whase prineipaI place of business is not in ti�e State of Texas. 1.2.3. Successful Bidder: The lowest responsible aud respon.si�e Bidder to whom City (on �he basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding_Documents 2.1. Neither City nor Engineer shall assurna any respansibility far errors or misinterpretat�ons resulting from ihe Bidders use of incomplete sets of Bidding Documents. 2.2. City and �ngineer in making copies of Bidding Documents availabie do so only £or the purpose of obtairzing Bids for the Wark and do not authoriz� ar co�fer a license or grant for any other use. 3. Prequalifcation af Bidders (Prime Contractors and S�bco�tractars) 3.1. All Bidders and their subcantractors are required to be prequalified far the work types requiring prequalification at the time of bidding. Bids recei�ed fram contz-actars who are not prequalified (even if inadvertentIy opened) shall not be considered. 3.2. Each B�dder unless cun•ently prequalified, must be prepared to submit to City within seven (7) cajendar days prior to Bid opening, the documentatian id�n�ified in Seetian QO 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of ancilor questions rela.fed to prequaljfication should be addressed to the Ci�y contact as provided i�a P�ragraph 6.1. CITY OF FpCt"f WORTH SANITA.RY SEV�ER REHABILITATIOM CONTRACT 8U PRRT I 5TANDARi7� CpA1STRUC�'ION SPECIF[CATION DOCUMENTS City Project No. D 1499 Renised December 20, 2012 00 21 13 - 2 MS`I'CtUCTiONS TO BIDD�RB Page 2 oi9 1 3.3. The City reserves the right to requ�re any pre-qua�if�ed cont�•actnr who is the apparent iow 2 bidder(s} �ar a project to submit such additinnal infarmation as the City, in its soIe 3 discretiozz z�aay require, including but not iimited to manpower and equipment records, 4 information ahoUt key personnel to be assigiled to the project, and construction schedule, 5 in assist 'r.ne City in evaluating and assessing the �.bzlity of the apparent �ow bidder(s) ta 6 deli�er a quality product and successfully comp�ete projects for the amount bid within 7 the stipulated iirrze frame. Based upon the City's assessment of the submitted 8 in�ormation, a recommendation regarding the award o� a contract wiZl be made to the 9 City Cauncil. Failure to submit the additiozxal in�ormation, if requested, may be grounds 10 for rejecting the apparent Io°enr hidder as non-respoz�sive. Affected contractars will be 11 noti�ed in r�iting of a recommendation to the City Cauncil_ 12 13 14 l5 16 �7 18 19 4. 3.4. � addition to prequaIification, additional requirements for quaiification ma� be required withiz� various sections of tI�e Contract Docunnents. 3.5. Special qual�cations r�quired for this project i�cIude the foliowing: Nane E�mination of Sidding an�d Cantract Documents, Other RelaEed Daia, and Site 2a 2I 4.1. Before submii�ing a Bid, each Bidder shall: 22 23 4.1.1. Exarnine and caxefully study the Coniract Documents and other related data 24 identified in the Bidding Documents (including "technical data" referred to in 25 Paragragh 4.2. below), Na i�tafo:rmation given by City ar azxy representative of the 2G City other than thai contained in ihe Contract Documents and officially 27 ---- promulgated- addenda thereto, Shall �be binding-upon the City. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 �l.l _2_ Visit the si�e to become familiar with and satisfy Bidder as to tk�e general, local and site conditia�s that m.ay afFect cos�, prqgress, pez�formance ar furnishing of �he Wark. �4.1.3. Consider federal, state and local Laws and Reguiations that may affect cosi, progress, perforrnance ar furnishing of the Work. 4.1.4. Be advised, City, in accordanc� r�vitfi Title VI of the Civil Rights Act of 1964, 78 5tat. 252, 42 U.S.C. 2400d to 2000d-4 and Title 49, Code of �edexal Regulations, Department af Transpoxtation, SuUtitte A, Office of the Secretary, Part 2�, Nondiscrinnination in Federally-assisted programs oi the Department o� Transpai-�ation issued pursuant to such Act, hereby notifies all bidders that it vwill affit-tnatively insure t�at in any cantract entered into pursuant to tttis advartisez�n,ent, minority business entarprises will be affarded fuli opportunity to submit bids in response to this invitation and will nat be discriminatec� against on the gro�rnds of race, color, or national origin in consideration of award. CITY OF FDRT WORTH SANITAI2Y SEWER R�HRBfLITATION CONTRACT $R 1'ART 1 STANDARD CONSTRUCTION Sl'$CiFICATION DOCUIVIENT5 City Project Alo. 01499 Revised I3ecember 2U, 20 i2 aozi i3-3 IIVSTRLTCTIDNS TC? BIDDERS Paae 3 of 9 1 4.1.5 _ Study all: (i) reports of explorations anci tests af subsurface conditions at or 2 contigu�us ta �he Site and all drawings of physical conditians relating to exisiing 3 surface or subsurface structures at the Site (except Undergrozuld Facilities) t�xat 4 have been identified in the Contract Dncuments as containing reliable "technical 5 data" an.d (ii) reports and dra�ings ofHazardous En�iconzne�ta� Conditions, if any, 6 at the Site that have been identi�ed in the Contract Documents as containing 7 reliable "technical data." 9 �1.1.6. Be advised that the Cantract Documents an file with the City shall constitute a11 of 10 the information which the City will furnish. All additional information and dafa 11 which the City will snpply after promulgation oithe formal Gontract Documents 12 shall be issued in the form of written addenda and shall become part of �he Contract I3 Dc�cuments just as though such addenda were actually vvritten into the original 14 Contract Documents. No infarmatia�n given by the Gity other than that container� in l5 �he Contract Documents and officially prarnulgated addenda thereto, shall be 16 binding upon the CiLy. 17 18 4.1.7. Per�'orm irzdependen� research, investigations, tests, borzngs, and such other means 19 as may be necessary ta gain a complete knowledge of the conditions which will be 20 encountered during the construc�ic�n of the project. Ou request, City nnay provide 2I each Bidder access ta the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for subm�issifln ai a 23 Bid. Bidder must fill all holes and clean up an.d restore t�e site to its former 24 canditions upon completion of such explorations, in�estigations, tests at�:d studies. 2S 26 27 2� �9 �a 31 32 33 34 35 36 4.1.8. Deterrnine the difficulties of the Work and ali attending circumstat�cas affecting the cast of doing ttie Work, time required for its campletion, and obtain all information required to make a praposal. Bidders shal� rely exclusively and solely upon their own estimat�s, investigation, research, tests, exploration.s, azxd other data which are necessazy for full aa�d coxn.plete inforaaaation upon which the proposal is to be based. It is understood that the submission of a propasal is prima-facie evidence #hat the Bidder has rnade tlle investigatian, examinations azzd tests herein required. Claims for additional compensation due ko variations between conditions actually encountered in consi�uction and as indicated in the Contract Documenis will not be allowed. 37 �_ 1.9. �romptly notify City of a�l eon£�icts, errors, ambiguities or discrepancies in or 38 befween the Contraet Documents and such other reiated docUments. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Docu3ta�ents, 4D � and the City shall be pennitted to rnake such corr�ctions or interprefiatians as may 41 be deeimed necessary �or ful�llment of the intent of the Contract Documents. �2 43 4.2. Refere:nce is made to Section 00 73 00 — Suppl�tx�.entaay Conditions for identificatian of 44 45 4.2.1. thas� reparts of expIorations and tests oi subsurFace conditzans at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Docu�tnetats_ 47 The logs of �oil Borings, if any, on the plans are for general informa�ion only. 48 1Veith�r the City not- the Engiiieer guaratttee that tk�e data shown is representa�ive of 49 conditions which actual�y exist. 50 CITY OE FORT WORTH SANPI'AFtY SEWER REI-iABILITATION COAlTRACT 8Q PART 1 STAt�lDARI] CONSTRUCTTON SYECiF1CATI�3d DOCUMENTS City Project No. 01499 Re�ised qece[nber 20, 2012 00 21 13 - 4 INSTRUCT[ONS Tq BIDDERS Page 4 oi9 ] 4.2.2. Chose drawings of physica.l conditions in or relating to existing su�•face arid 2 subsux•face str�zctures (except Underground Faciliti�s) which are at or cantiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. �} � 4.2.3. copies of such reports and drawings witl be made available by Cily to arry Bidder 6 on req�aest. Those reports and drawings may not be part of the �ontract 7 Documents, but the "technical daia" contained therein Upon which Bidder is entitled 8 �o rely as provided in Paragraph �1.Q2, of the GeneraI Conditions h.as been identified 9 and established in Para�.raph SC 4.02 of the 5upplementary Conditions. Bidder is 10 responsible for any interpretatzon or conclusion drawn from any °t�chnical data" ar 11 any other data, interpretations, opinions or kn�ormation. 12 13 4.3. The submissian af a Bid will constitute an incan�rovertible represen�ation by Bidder (i) lA that Bidder has complied with every requirement of this Paragraph 4, (ii) that vrithout 1S exception the Bid is premisec� upon perforn�ing a.zid furnishing tile Work required by the i6 Contract Documents and apply�ng the speciiic means, methods, tech�iques, sequences or 17 procedures of construciion (if any) �hat may be shown or indicated or expressly required 18 by the Cnntract Documents, (iii} that Bidder has gi�an City writt�n no�ice of all I9 conflicts, errars, ano.biguities and discrepancies in the Contract Documents and fhe 20 written resolutions thereof by Ci�y are acceptable to Bidder, and when said conflicts, 21 etc,, have not been resolved �iu'augh the interpretations by City as described in 22 Paragraph 6., and (iv) that tlie Contcaet Documents are generally sut'�icient to inr�ieate 23 and convey understandiz�g nf all terms and conditzons fQr performing and fur�isk�in.g the 24 Work 2S 26 27 28 29 30 31 32 4.4. The provisions of this Paragraph 4, 7inclusi�e, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), .Pei�oleum, Hazardous W�.s�e or Radioactive Material eovered by Paragiraph 4.06. aithe General Conditions, uniess specifically identified in the Con#ract Documents. 5. AvailabiIity of Lands for Work, Etc. 33 5.1. Th� laiids upon which the Work is to be perF�ormed, rights-of way and easements for 34 access thereta ar►d ather lands designated for use by Contractor in perfarzzaing the Work 35 are identified in the Cantract Docuinents. All additional Iands and access thereto 36 required �or teznporary construction facilities, consiructian eq�ipment or storage of 37 materials and equipment to b� incorporatec� in, the Work are to be obtained and �aid for 38 by Contractar. Easements for permanen# structures or permanent changes in existing 39 facilities are to be obtainec� and paid for hy City unless otherwise provided in th� 40 Contract Docuzn�ents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by tl-�e City axe listed 43 in Paragraph SC 4.Q 1 of the Suppl�mentary Conditions. In the avant the necessary right- 44 of way, easements, and/or per�nits are not obtained, the City reserves t��e right to cancel 45 the award of contract at as�y time before the Bidder begins any construction work on the 46 proj ect. 47 CITY OF FpRT W03tTI-1 SANITELRY S�WE12 REHABIL]TATION CONTRACT SQ PART I STANDARb CONSTRUCTION SPECIFICATIpN llpGiJM�N7'S City Project No. 01499 Ravised Daeember 20, 24L2 OQ 21 13 - 5 ITISTRUCTIONS TO BIDDERS Page 5 of 9 .I 1 z 3 � 5 6 7 8 9 10 11 12 13 14 15 16 17 18 I9 120 j21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 �4 �l5 46 47 �}8 53. The Sidder shall be pre�ared to caznn�ence consf�uetion without ail executed right-of way, easemenTs, arid/or permits, and shalI submit a schedule to the City of how constructian will proceed in the o�her areas of tke project that da nat require permits and/or easements. 6. Interpretateoas and Addenda 6.1. All ques�ions about the mean.ing or intent of the Bidding Doc�ments are to he directed to Czty in wri�ing on or before 2 p.rn., the Monday prior to tl�e Bid ope�ing. Q�estions received ai�er this day may not be responded to. Interpretafions or clarifications considered necessary by City in response to such questions will be issued by Addenda deiivered ta all part-ties recorded by City as having received the Bidding Documents. Only questions answered b� fortnal written Addenda will he bindin�. Oral and other znterpr�tatinns ar clarifications will be without legal effect. Address questians to: City of Fort Wortti 1000 Throckmorton Street Fort Worth, TX 761�2 Attn: Robert Sauceda, Water De�artment Fax: 817-392-8195 Email: Robert.Sauceda@£ortwarthtexas.gov Phone: & 17-3 92-23 87 6.2. Addenda may also be issu�d to madify the Bidding Docuanents as deemed advisable by City. 6.3. Addenda or clarifications �nay be pasted via Buzzsaw at https:llt�roiect�oint.buzzsaw.com/client/forEworth�ovlInfrastructure°/n20Proiectsl� 1499 °/n2Q- %20S S%20Rehab%20Contract%20$OlGeneral%2aContract%20Documents%20and%20 Snecificationsil p%20-%20Addenda. 6.4. A prebi�. confe:renee tnay be held at tt�e iima and place indicated in tl�e Advertis�rnent or INVITATTON TO BIDDERS_ Representati�ves of City vvill be present to dzscuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of recard such Addencia as City considers necessary in respanse ta questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally efFective. 7. Bid Securfty 7.1. Eae� Bid must be acco�npanied by Bid Bond made payable to City in an amount of five (5} percent of Bidder's maxiznunn Bid price an form attached, issuec3 by a surety meeting the requirements of Paragraphs 5_O I of the Generral Conditions, C�CY OF FQR'i WQRTH S�SNfTARY SEWER RHI-IABILITATION CONTRACT 8Q PART 1 STANDARD CONS'CRUC'1TON SPECIFICATI03V DOCUM�NTS City Projeci No. 01499 Re�ised December 20, 2Q12 UO 21 13 - 6 1NSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of aIl Bidders will be retained until the conditions of the Notice af Award 2 have been satisfied. If the Sticcessful Bidder fails �o exeaute and deliuer the comple#e 3 Agreeznenf within 10 days aftar the Natice of Award, City ma� consider Bidder to be in 4 default, rescind the Natice of Award, and the Bid Band of that Bidde:r �vill be forfeited. 5 Such forfeiture shall be City's exclusive r�medy if Bidder defaults, The Bzd Bond of all 6 other Bidders whom City believes ta have a reasonable chance of receiving the award 7 will be retained by City until final contract exacution. 8 9 S. Confract Times 10 The number af days within which, ar the dates by which, Milestanes are to be achi�ved in 11 accordanc� witI� the General Reqa�rements and the Work is to be completed and ready for 12 �'inal Acceptance is set #'orth zn the Agreement or incorpora#ed tl�erein by reference to the I3 attached Bid Farm. � 14 15 16 17 18 19 20 21 22 2� 2A 25 26 9. Liquidated Damages Pro�isians for Iiquidated datnages are set forth in the Agreemen�. �0. Substitate a�xd "Or�Equal" T�ems The CQntrac�, if awarded, will be on the basis af zn.aterials and equipment describe, �n the Bidding Documents without consideration of possible substitute or "or-equa�" items, When�:ver it is indicated or specified in fhe Bidding Documents that a"substitute" or " equal" item of znaterial or equipment may be furnishec� o�• used by Cantractar i�E accepta, 'e t City, application for such acceptance will not be considered by City untiI after the Effect. � Date of the Agreement. The procedvre for submission of any such applzcation by Cantrac azid consideration by City is set forth in Paragraphs 6.OSA., 6.O5B. and 6.O5C. af the Gener Conditions and is supplemented in S�;ciion 01 25 00 of the General Requirements. 27 28 11. Subcpntractors, Suppfiers and Others 29 30 31 32 33 34 35 36 37 38 39 aa ar 42 43 44 45 46 11.1. In accordance wath tl�e City's Business Diversiiy Enterprise Qrdinance No. 24020- 12-2Q 11 (as amended), the City has gaals for the participatian af minority business and/or small busin:ess �nterprises in City contracts. A copy of tlie Ordinanc� can be obtained frorn tlie Office of the City Secretary. The Bzdder shal! submit tlie MBE and 5BE Utilization Farm, Subcantractor/Supplier Utilizatian Form, Prime Coni�actor Waiver Forzn and/ar Good Faith Effort Form wittx documei7tation andlor 3oint Venture �'orm as apprapriate, The Forms including documentation must be reeei�ed by the City r�a iater than 5:00 P.M. CST, five (5} City busin�ss days after the bid opening date. The Bic�der s�all obtain a racaipt from the City as evidence the docuraentation was receiv�d. Pailure to comply shall render the bid as non- responsive. 11.2. No Contractor sha�l be req�irec3 to emp[oy any Subcontractor, Suppiier, other person or arganization against wham Contractor has reasonable objection. 1.2. Bid Form 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be �FS obtained fro��; tha City. 49 CI'�Y OF FORT WORTH SANiTARY SEWER RET-3AHLLITATION CONT�tA.CT 8� P�T E STAA]DARD COI�ISTRUCTIqid SPEGiF'!CA`I']ON QOCUM�NTS City ProjectNo. D1499 Re�ised December2Q, 2012 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 L6 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3J 32 33 34 35 36 37 38 39 40 �1 42 43 44 45 46 47 48 49 50 12.2. Afl blanks on the Bid �orm must be completed by printing in ink and t6e Bid Fortxi signed in ink. Erasures ar alterations shall be initialed in ink by the person signing tk�e Bid �Form. A Bid price shall b� indicated for each Bid itezxz, alte�ative, and unit pric� ite� Iisted therezn. Itx t�e case of optiozaal aXternatives, the words "No Bid," "No Change," or °Not Appl�cable" may be entered. Bidder sha�l state the prices, written in ir�k in both words and nnmerals, for which ttie Bidder proposes to da the work contemplated or f.urz�ish materials required. Atl prices s�a11 he written Iegibly. Tn case of discrepancy betweet� price in writ�en words and the price in written n�znerals, the price in written wor�s shal! govern. 12.3. Bids by corporations shail be executed in the corporate narn.e by the president or a vzce-president or other eorparate officer accnmpanied by evidence of authority to sign. The corporate seaI sha.Il be affi�ed. The carporate address and s�te of incorporation shail be shown below the signaiure. � 12.4. Bids by partnerships shall be executed in the partnership name and signed by a pa�tner, whose title must appear under ihe signature accompaniec� by erridence of authority to sign. The official address of the partnership shall be�shown below the sigziature. 12.5. Bids by limited liability companies shall be executed in the name of the fi� by a member azad accompanied by e�idence of aufhority to sign. The sta#e of formation of the firm and the officia� address of tke �'irm shall be shawn. lz.�. 12.7. 12.8. 12.9. Bids by individuals shall sbow the Bzdder's name and offcial adciress. Bids by joint ventures shall be executed by each jaint venturer in #he manner indicated on the Bid �'orm. The official adciress oithe joint venture shall be shown. AlI names shail be typed or printed in inle below the signaiure. The Bid shaIl contain an acknowledgement of receipt of all Addenda, the numbers of which shall b� fiZled in on the Bid Form. 12.10. Postal and e-mail adc�resses and telephone number for communications regarding the Bid shaIl be shown. 12.1 �. Evidence of autlaority ta canduct business as a Nanresident Bidder in the state of Texas shalI be provided in accordance with 5ection Od 43 3? — Vendor CompIiance to Stat� Law Non Resident Bidder. I3. SuUmission of Bitts Bids shall be submitted on the prescribed Bid Form, provided with ti�e Bidding Docunnez��s, at the time and place indieated in fhe Advertisement or INVITATION TO BIDDERS, addressed to City Manager of the City, and shalI be enclosed in an opaque seaIed en�elope, marked wifih the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelape slaall be enclosed in a separate �t�veiope wi�h the notation "BID ENCL�SED" on the face of it. CITY OF FORT WORTH SAI�ITARY SEWER REHABILITATION CONTRACT 80 YART l 3TANDARD CONSTRUCi'ION SPECI�TCATION DOCUIV1Ei�1TS City Project No. U1499 Revised December 20, 2012 00 21 13 - 8 INS�RIJCTIOI�iS TO S[DBERS Page 8 of 9 1 14. Modi�catinn and Withdrawal of Bids 3 I4.1. Bids addressed to tha City Manager and filed with the Purchasing Oifice cannot be 4 withdrawn prior ta the time set for bid apening. A request far wzihdrawal must be 5 nnade in writing by an appropriate docun:ient duly exec�ted in the manner that a Bic� 6 m�zsi be executed and deli�vered to the piaca where Bids are to be submit�ed at any 7 tirne prior to the opening afBids. After ali Bids not reyuested for withdrawal are 8 opened and publicly read aloud, the Bi�is for �vhich a withdrawal request has been 9 properly filed may, at t�e op�ian oithe City, be returned unopen.ed. IO 11 14.2. Bidders may zx�adi�Ey thair Bid by elec�iranic comax�urnicafion at any time prior ta the 12 ti�u�e s�t for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and r�ad aloud publicly at the pl�ce where Bids are to be submitted. An 16 abstract of the amounts of �e base Bids and major alternates {if any) wall be made available 17 to Bidders after the opening of Bids. 18 19 �6. Sids to Remain Subject to Acceptance 20 Ail Bids will remain subject to acceptance �or the time period specified for Notice o�Award 21 and execution arid delivery af a complete Agreement by SuccessfuI Bidder. City may, at 22 City's so�e discretion, release ar�y Bid azzd nullify the Bid security priar to i.i�at date. 23 24 I 7. Evaluatio� of Bids and Awarc� of Contract �5 2b 27 2$ 29 30 31 32 33 34 35 3b 37 38 39 44 41 42 43 �� 45 �}G 17.1. City reserves the right to reject any or aIl B�ds, including without limitation. tb.e rzglafs to reject any oz all noneanforming, nonresponsive, unbalanced ar conditional Bids and ta rejeci the Bid of any Bidder if Ciiy belie�+es that it �vould not be in the best interest of the Project to make an award to that Bidder, w�etl�er b�cause �e Bid is not responsive or the Bidder is unqualified or of doubtiul financial ability ar fails to meet any other pertit�,ent standard or criteria established by City. City also reserves t�Ze right to waive informalities not invotvi�tzg price, contract time or clianges in the Work with the Successful Biader. Discrepan�cies betweet�: the rnultiplicatian of units of Work and unit prices will be resolved in �'avor af the unit prices. Discrepancies between the indicated suzn of any column af figures and the correct sum thereof will be resaived in favor of the correct sum. Discrepancies between woriis and figures will be resolved in favor of the vaards. 17.1.1. Any or alj bids wi11 be rejected if City has reason to believe that callusion exists among the Bidders, Bidder xs an interested party tio any litigation against Ci#y, Gity or Bidder may have a olaim against the other or be engaged in litigation, Bidder is in anears on any existing contract or has defaulted on a previous contract, Bidder has perf'ormed a priar coniract in an unsa#isfactory mantaer, or Bic�der has uncompleted work which in �e judgment of #he City will prevent or hinder the pro�npt co�npietion of additional work if awarded. CITY OF I�qRT WaRTH SANITARY SEWER REHABILITATIOrI CQN'TRAC'T SO PART 1 STAI+IDATtI] CONSTRi7CTI01V SPBCIFECATION DOCUMEI�TS City Pmjeet No, p1449 Revised December 20, 2D l2 0021 �3-4 iNSTRUCTIONS TO B1DDEitS Page 9 of 9 1 2 3 4 5 5 � 8 9 14 �1 12 13 14 15 16 17 18 19 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 34 40 41 42 43 44 45 4b 47 17.2. City may consider the qualificatinns and experience of Subcontractors, Suppliers, and other persoz�s and arganizafions praposed for those portious of the Work as to vcfhich t�e identity af Subcontractors, Suppliers, az�d other persons and organizatinns must be submitted as provided in the Contract Documents ar upan the request of tl�e City. City also may consider ihe oparating costs, maintenancc r�quireznents, performance data and guarantees af major items of materials and equipment praposed for incorporat�on in the Work when such data is required ta be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evahiatian of any Bid and to establish the responsibility, quali�cations, and �nancial abi3ity of Bidders, proposed Subcon.nactors, Suppliers and ather persons and organizations to perform and �rnish the Wark in accorc�anoe with the Contract Documents �o City's satisfaction within the prescribed time. 17.4. Cnntractor shall per%rm with his awn organization, work of a �alue nat less than 35% of the value eznbracad on the Con.tract, unle�s otherwise approved by the Ciry. 17.5. If the Cor�tract is to be awarder�, it wi11 be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the anvard wzll be in the best i�terests of the City. I7.6. Pursuant to Te�s Government Cade Chapter 2252.OQ 1, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the satne amouni that a Texas reszdent bidder would be required to underbid a Nonresident Bidder to obtain a comparable cQntract in the state in which the nonresident's principal place of busin.ess is located. 17.7. A cantract is not awarded until formal City Gou�aczl authorization. Tf the Contract is to be awarded, City will award the Coniract within 90 days after the day of the Bid opening unless extended in writing. No other aet of City or others will constitute acceptance of a Bid. L1pon the cantractor award a Notice of Award will be issued by the City. 17.8. �'ailure or refusal to comply with the requirem�nts may result in rejection of Bid. 18. 5igning oi Agreement When City issues a Notica of Awarrd to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. �7Vithin 14 days thereafter Contractnr shali sign and delivEr the required number af cau�terparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required docume�tation. City shall thereafter cfeliver one fiilly signed cauntetpart to Contractor. END OF S�CTTON CITY OF fORT WQRTH SANITAItY SEWER 12EHABILITATION CONTRACT 80 PAK'I' 1 STANDARD CONSTRl3CTION SPECIFICATI03V DOCUMENTS City Project No. 01499 Revised Decemher 20, 2012 �D �K 't3 Bl� ��RM P�ga � of 1 S��`fIDN QO 35 'i3 �oNFL1�T D�' IN'i"�R�s� A��Ia�ViT , ��Clr b�dder, .aff`eror, �r respondent (��rainaf��r alsa r�ferred to a�'yc�a"} to a Gity af �ort Wvrth �alsv refarred �v as "City"} proauremen� a�e r�qulrad t� ��mpiete �an�ic� of inierest �ues.kion�aire �the a#ac�ed CIC� F�r�tt� �nd L���{ Gnvernrnet�� C�FFfc�r Con�fiat� D1s�lo�ure wtatemen� {tha at�aohed �Gt5 �arm� b�law pursu�r�t �o �tate lar�r� Thl� affidavlt wilf ce�ti#�r ti��t th� Bi�c�er hras on flYa w1��1 #h� Cf#y Secreta�y �3te reqt�lr�d docum�nta#tan ar�d is eiigi�le to ��� ari C1�y W4rk, Tl��.��renc�d ��rm�� m�ay �fad be d�w�il�a�ied� fr�m #�re we��lt� Ifir�1<s ,prrn�i�sd belaw� '�.�Iwvu,�fh�8s aiate.tx.u�Ifort�lsl�lt�.ndt f�:llwvuw.�thic�.sfafe.bc.uslfnrmsl�l S, pdf � CIQ F.orm is an �le wifh �I{� �e�reiary f� GIC� ��rm zs b�in� prvvide� ���e G[��r Secre#�ry � �i� �or� ts an fille witi� Clty 5ec�itary �.7 �I� �'orrr€ is be�ng ��ovided #o th� G�ty S�ore��ry �#113Q�ii: �' �ompany N�m►� H�r� AIiSTIN FILTER 5Y5TEMS, INC. �y, . MA - NGAT� � �td�res� Here 13653 RU7l.�DG� SPUR �igneture . � l�ddr�ss Here �r �p�e� qUSTIN, �X i8717 ---- . . . - - ,--- �i�yf S#atA ��p ��de Fi8[8 ��}tl�: PR�SIDENT � �NC3 �F 5��'�'�OfV I ciry n� �a��r w��r� ' < STANbAt�b CQNSTRUCTIQh1 �i'�CI�ICA�'ION C?OCUM�N'I'S �nt�n Revised 2Q120327 0'0 A1 �0 tl� 4� 1�,,p4�42 g3 aD.43 �7 UO di'r12 4� 3513�,g1d 9rdpcis�i WaYkbn�k,xla i f 9047 OU &!p F�RM �a�a•� oi a B�:CTi���O"�f.�l Lk�' �ID �'OC�M '��: Tha Clty M�nac�er cla: 'fh�e l�urahasl�g qep�r�menf �000 T'�r�aktriartcm 5treei Ci#y �,f �oCt V$��rkh, TeXas 76'16� F�f�: �ity !�►'njeC� N�., 'I�IiRT-�n0�1-3000Q7 iJtlffs]�ectlons; �, �r�ier inio Agteemeht �lu�g� �Only Lsr�d�l� �SQi.) Slape �epalr ar�d 'n� Ram�val 7k�� un�rsfgned ��kdder prppos�s �r[d agre��, if thts �id f� �ccept�:d, ta enter friEO an A�re�t�ser�� int�fh Ci�y In Ehe form tr�clu�ed in �h� �id�ing �7�oumer�t� tn ��rfor.m and flarnisF� all Work as sp.ecffl�d pr I�dlc�d Ir� #he �tantract p�aumenta for tYi�r �id k�rios and witl�irr.th� Con.t��ct 7"Ime tndio�#�� in thTs sid ar�d }n �ca�rdanee wt#h th� �th�r t�rrn� sn� oondltlans �f t#�� �ont��ct pocuments. �. �31DC1�FtAaknawlsd�brr�ents.a�d Cer�IfEcakl�n �.1. tn �ubm(�tln� t�fs �I�� Bldder �ceepl� all �f She ��rm� and carrdltivns ��f th� IiVVlTAT10N Tt7 �IDI�F� and IN�7RUG'�IC)iV� TC3 �81bD�R5, Irraluding withaut Ilmttatlon thng� dealing w�th �e dispasl�lar€ af BI� Bnnd. ��. �fdder is a+uar� of a�li aogts to provid� �h� re�ulr�d fnsur�nc�, wi1l do .so �e�tdi�g antitract auuar�, .and �rpl provide a valfdinsurance �ertf�aake meet�ng all requfrem�ntswithfi �� d�ye of �1DYrffc�tion aFaward, �.�. �1d�er �r��[ea that th'i� �Id Es g�nuine �nd r��t m�de Irr tt�e Enfer��t of or orr b�half af any undtsof�sed [ndivfdu�l or �rt#ity .�nd (� nQi su�mit#ed 1� canforMlt�c witYr ar�yr �allus%us ag�a�rnent ar rules uf �rry graup, assocl�tlon, ar�artlz�trar�� �� cotpotel'��, � 2.�1, Bldder �as no# di�ctly or ir��irectfy linducad or soilclied any �other ��dder�ta s�bmlt a�alse ar shsm �€d. 2,�. �idd'ar h�a n�#� sailait�� ar'in�u�ed an� i�qlfvfduai' �r �ntity to refr�in from bi�ding. 2,6 eldder i��s ttot e�5��gsd In carrttpt, frauduler�, cQllusive, a� oo�raive p�actia�s in Gdmpeting �or fi�e Contr-�et. �or th�s purpase� di thfs P�ragr�ph; �, '°�orrupf pract[ce" m�ans the �ffarin�, ��v1nc�, PBcefving, or snil��ing of.any tF�fng taf v�1u� Ilkely io In�luen�e th�e gcfiort oF � pub[lc o�ffclsl Irr khe bidding procgas. b. �iYa�i�ul��tt pra�fE�e" r�asn� an intentianal:mis��e�er�tafion �f faais r�tad� {a� ta 1nfl�aenee t�e bicfdFng p�roc�as to ths datr�m�n# af Glty (b) to ��tablish �id prlee� at altificiaE.�an��om�e�ltfve 1�vets, ar (�) to de�rive �ity a4 k�e b�rtefit� af �ree and np�n �ornpetitlan, c. "CQIIu8IV8 �7E'AC�G6" fi�.�trs a soE��m� ��r arr�ng�menf, bck+n��n fwa or mor� �idders, wlkh ar vuitho�f .tl�v kn�v�rl�dg� of City� � pa�rpas� af whl�i� �a t� ��tabilsh E�lct p�ices �t arlE4f�la1, non-competl�a+re levels, eiry �rF �o��r wox�r.h STANI]ARp GLlN�7F�U�TI�N SP�ClFiCAYION i]OC�iM1�I�Ni$ f�orm R�vEsed �Oi2hazl 4n �� a4_O.D a3 -�3_op 42 d8 �tl 4s a7„�v�5 7�00 35 t3 Bld Pro�asal Workbaot�xla � q0 A'1 QU H!� FQPoM P�9e �.or3 d, "eaercive prackEc�" me�ans harmin�g �r t�re�t�nfng �o F��rm, �ir�ctly or iri�ireckfiy, persong � th�lr pro�eriy to Influen�e fhelr p�r�icfpattnn )n t�la bfddln�# process nr affeat #h� bX�duii�n �f the Canttaot. � 3, pr�qua�ltflca�l�n 'Tha E�Idd$r �cl�rtowind�e� that th� t'ullawlr�.� w�rf� #ypss must be perlbtm�d anfy by pr�qualfiiad adr�t�otors �n� su�can��ctnf �: i ,,�;�,a�.,�ii.°:��'�� �'����I,c�.:,'��f?;yY��:�'.> ' #. w � � :y����f�'?jif�-��3-:�=�f'F(�)r:.:ti�`I_�=,'r;!:�L�� � � e ��.'�i7�'�;cj3?.;t�3eJ�1_j::��j,���i�;�±t�,� � � / � + �`I:����.t�fd':��3+�1nCr='t��:1�:.�`'r�l�`-J�,�`;'��;M � a. 71m� af �otriplatiott 4,1.. Th� V►lark WJ�I �e �ampletc� iar �'ittal ��ae�t#ar1c� vyithin � 60 d�y� day� �ft�T ti� ��te v�r�en �ne the �antr�af l`irn� �ommen�es to t�rr as pr.�eided� in �ragraph �: �3 0� fha ��nerat ��r�d�tivna. 4,2, 81�d�r aGcep#.s fh� pravisiah� gf t�r� A�re�ment as ta i[quldated dam�gea I� tha �v�nt�f Pallura #n cam�fe�e th� 1�lvrk {�ndl�r ��Yil�vemsnt of Mff�ston�s} mrthln t�ie i[m�� spenifi�d i� �he Agr�ement. $. Af�ac�tsd to t�h15 Bid The fallcjWi�g dacuments axe a�ta�h�d fo and m�de a par� of inEs Bid: a, `Cht� Bld �crtn, 5e�tlor� 00 4�E 00 b: �tequfr�d Bid 8and, Sao#t�n OD q3 93 leaue� �by a�urety rrreeNng #F�� r6qul�m�nts oi P�ragra�h 5,0� uf tha �eneral Con�itbns, a. �rvpo�sal �a�`m, B�atlart Ob �� d�3 d�. Vendor �nmpliano� ta S�te �I.�w No�r �testd�bt Bidder, Sec�ivrt 04 43 97 e. MW��-�vr�s� (���iar�l aE#ima �P bi�) �. k�requ�l�f[c�tion Skatamen�, �ectlon 0� 45'�2 g. �anfl�ot aP 1nte�estAffld�vlt; ���on Da 35 �3 �`I.# nece9sary, Cf_Q �r_GI� for.ms�ratr3 �e prc���dgd directly t� �ity Se�rei�ry E�. Any �dcl�ivttal dacurnent� fh�t may 6s x�quired by� �ectlo,n '1� a� the lnstruetlnns tc� Bldd�x5 �.. Ta'k�i �fd Amoun# �.�. Bidder will corr�plefe ti�e� 1NorEc In acoorda�ce u�l�h.#k�a Contr�ct D'q�um�nfis fo1�.�h� fo�owit�g b1� amnun4. Irc�he s�race pr�vidad ��low, pl�as� er�ter fh� ta�[ bl� amaunt fUi-'kh� p�'p]Qct. t��]y thls �lgttte v�ill ba read pu�liofy �y.���-cfty�t tr�e �i� ���nr��. - 6,2. I# Es understavd �an� �gr�ed- t�r ihe B1d�ter ln �lgnfng Rnfs prapasal that fh�: tqtal �« emount en�are� b�ko�v is c��rrc,� �a��rvuaRt� srnrapn�a coHsr�uc�o� sp�c��iaArianr oo�ur���rs �onn �evlsed �412U327 00 Ai OD�O� d393 �0 42 A�_o043 37 Uu 95 �2wOG 3S 9�„Bl� prdpo�al �Nari{baait,Kls pp4} 84 Blfr FORNE psga 3 ot 3 s�►��at ka vprlfE�atlor� �r�dlar.mvdf�cakl�n by m�lktply�ng t�e unit bid priC�a for ���h pay� lter� by fhe �esp�offv� es�irn�'t�ct quantltlea sP�own 1n this prnpasal and th�n kr��tir�g al[ nf tha.�x�ended amounfa. 8:3. �valu�tfan t�f ARern�f� �!tl ltams ��a�e tP�fa �f �pplIceblg, at?tieiwisa delata� A ,I 'i`otai �as� Bld �uae #hE� H �p�li�a�bl�, 6therwls� �elete Rite�n�t� B!d <us� �his f� ���lioa�l�, �thet�vise �efete� l3e�w�#ive �4�tema#�.�use thi� ff appll�able, �lherusrl�� Adcl�tive Rlf�rnata �use t111s �F a�plfcabie, oih�rvt+fsg Ta�al �id � 7. �Id Su�m�tiat � ��`I ��3. �� f � 1�/�A � � j� ��IA �� �;�� ��3.�� r 7'his. .�Id I� �t�mifte�d on � JU�Y 3, 201�4 - �yth� �r�#i�y nam�� b�iow. Respen��ll� • - �Si�nsft�ra} - " T ' �' , yARfC `�OOLl�I ` � (fi'rinte� Name) . . TiHe: RESIDENT „ Gor�pany;�AUSTI�I �ILTERSYS i4dd't��8: 13653 RUTLEDG�� � � � y � �AUSTIN,yTX 78717 �; - � .i . ��n .�, T�.—�-n :R�y'{ = =-... _.��.4.. Y_ �C�te oi fncarpota�ion, �;�„XAS ,,,,,_- - - ��xlaii.:,��.��TIf�FlLTERSYST .. . ,. ' � ,� Ph�n�: �5121331-8673 � �"�"�` "�' '; . � �' Ftae,�f�5t�i� �eknuwl�.ttged of th�� �n! al fvpsawln�. qdde�tda: � A�deridum 4�a 1; ' Ad�endum �in. 2: ' ' R�dBn�um Na. �: ' � A�dB��UrR. N0. �1: � Cvrporat� S�B�i; �NI� C1�' 6�CTICi�4 � d cl�rV s�r• F�Rr wo�t7� ,STAHC7ARI1 COi�STRU�fIQE� SRG�I�fCAl'�4M1� 13C3CC1i�E{r�f6 �orCr1 Revtsatt�0'I2D327 4481 6Q,0�43 ���Od249 6Dq337 OO�i•5 i?,,,A4�513 61d P[oA��1Wolisl�ak,xFe �a��� �m t�c��ws� f�agoi st�. ��G`r[4N ao �2 a3 PR(�F'q�AL �QI�M I ,� f � ���� ����� ��� l�rof�t�Ilem ]nfbm�alion �i�d�w'� ,�ppMi��t��n Ae�ud�Stlon ��j���ivn tlnir.of B[�i SeclianNo. N[enaum� Quutidty Vlo�ilizatl�r�.(MEsc anh�i.---. _���,�,. �1 7o OU �A .._ ,�......_.M. � �aA = . �..�..�_.....�. � �}� h1 1� .-,.„.�. S� �,...,�„..'��9Q8 . .. . 39 '�0 i70;�., l,S �. ietvioval ��.�.�.,..�..�._.......<....�.�� � 4o aa ���"' „�,a;� Rerrt�ir�l .,.. -- ._..............,�._. .T_._..�- 3�?'�0 �0• � �' �R 1 •+'.--•-•--^--,-•-....—^---- . r�....,...+...�.� -.�......�...— ...�—� �a��ffon by Plan �� �1 2& � 6 CY �880 �cre� _._.._ . .—m.,� . .. �._�..+.� _...._..�.,.�.... a1 "z�v b�"� ,... �� � - �h F3iddet's i'�ropoa�ll 813#�,A14x �1'wk�ta� i�binna . 3� ��8 00 �Y ' °' ���..,r �9�9.�1od ilh+lated G�bJnn �hattres� .,.....�`"...__...�.__......------�- � �s ao "�'�" cv :,,��a�„�ad ,�is� �,r5►y ..��ia�.fl1�9 ��eb �ra� �� ......�. =_._�...,..�...__. 31�wW...�...ws� .Y.�. . �7 „,.,_a °� �s �,.... �..�.. - - w.�..,. •_.,,,.�,•k... . �'.,--- •..:.�, _„�.. �...._ _._... - .. �29#,Q�Itla •TopSoll 8'! 91'I8 .�..CY �9$ U v" � C70� �29�,t�iD4 � Qdlri �, hl��i'o�ju�or_'.�._._._u.��.....�...,.._..�._,�»,.,,�.� � @2'�3 SY .. �_...... .�._.�.. ��� �-oa ��_ . ��.4�4 _ �, � `#,, �.GU. `a�e�,o�.. seeQ�ng, � a ��tan�ri �la k � ��_�...�.��..�.....� .a� 82'I$ .�.�.�.�Y .� ..�...��.da 1� , i`�i � w � �:�:��.`�� --_ ._ ..�-.`.�. _ _..�.�:�_.r,� . - - -..._.._..._.._...�....,...__.�..__�_..�..��.....�.� .�,�..-r.._.... .�.�.,�. _._.�, .��..�.......,_,.. .r....T� �� .. ___-_� ___�._._._. p .....__�..�.. �. __ _� ---- . . . . . .�_._,.�.Y...�...,.,_ ._..� �...�._ _. w.�._�_ ._..�..,.... _�_.�. �..,.�.�.....m.,....�._....._.._...�..._.......�....�. . -- . _..._..��..._...,�.�,,.._.,.....� e...��e.�..._,_�._...,_......�......._.._.. _ ,�...�... � - ._....�..._�... _ ,...,�,_..,.____.. .�_...__......�.�..,....,__...�....�.......�,._ _ .��...�_. ._.�_...... „� , , . ,�...,�.:._ . � _, _ . . .... . . .. _.......... _ .�._�.._,�� .�. _�.._._.�._.._.�.. �_�..,�.�.,...... �.....�.,w...,..o.,._.. �.. .. ... ... �.�..,. �..� .�,o.� . ��a s��a►�� . � (7 �F �. 5I $ 3 ..Y `� ba9e ]3#d •--.,..,,_����_., . ,....�.,..��...-._..,�... W. - _, ,-"1'/.�."`�w �.als�M4...�awna.r—.��.. ' ' twwt•-•+w. ��n+r .•.a-�,—rl�rr-n-a��nrrw�•.-r.. _ � .wn:rS�.r_. ._ 1.�lJ—�—��.�,r+• �rrrN-+rw..rr- wntr�n..� _ -_ � - �—�-w �- . -.-�M'�..u•— . . ��.�i....r.ai.�w�. —r-�....�...�i���n.....�.....��_r " '��. . - . ��•q+-rn�..�.. �...r �.�+���� �.�......»_._�—.�w�._.�..... ..��- ..,.�..�•-�._._.....v....,�,. .. �._.._- . �--•-......_..�..�n..-�,- ,.�._ .,.�.._...�.--.._.._.._ �'ota[linsel�f� W-T. � ,"7 y . � bldltel.item N+h b�f70.t3'E02 �G]�4'�,�80d � - - -- --- - - � CiTY 4R FOR7 WOIR'fFl s��1Nlhui�C.ONS'f7lVF;'�tUN &t+�CIt7Ck'iION b4q1h[�iyl:s Form ftav{sad 9�1a41ZG ]�Ite�tiotn Bl�i I k 11�lireilvc.11ternace Alii 1 l AUdi#IVQ Akherhy�le ]3JEt -' -4 � A�v�a• oxr s�crro�v I `i'ofxf Altern�lc fii�lL`'� � � �at�] UcYluaUvk,i�tcrnnte Illd lTotBi,kAdillvo- J�IiriroAfe�31�F� �c�,�1 ���s� 3, �� k�� _OD41A0„OOdAla OOb2h3 AOd33T WdSl�9d)514�l.idYro�taw{Wn�kbpoFxla . Unitpriao ��dvaitte srr► rv�r� cn� e.�r 1 A� �-' anas�s eio Ba�o page 1 of 9 SECTiON p0 �43 13 81� BOND KiV�W ALL BY THESE PRESENTS: That we, (Bidder (�ame) �ompan� Nam� Here he�einafter cafled the Principal, and (5urety Name) � ���� ��ureRy �+I�m� FEere a corporatian or firm duly authorized to transact su�ety business in the State at 7exas, hereinafter called the Surety, are held and firmly bound unto �he City, hereinafEer called the Obligee, i� the sum of 5�e1�.�U� N����ers H�i� .?nd NoI104 ❑allars {$ C�4�rn�r�1s k��ra ,�70}, th� payrrient af +nrhieh sum will k�e well anci i�uly made and the said Principal and the said Surety, bind aurs�lves, our heirs, executors, administrators, successors and assigns, jointly and sev�rally, firm by ihese presents. WHEREAS, the Principal has submifted a proposal ta pertorm work for the following �roject of the Obligee, identified as Sludge Only �andfill (50L) Slope Repair and Tree Removai f�OW, THEREFORE, if the Obligee sha�l award the Contract for ihe faregoing project ta the Principal, and the Principal shal! satisfy all requirements and conditions required far the executian of the Coniraci and shall er�ter into the Contract in writing with the Obligee in accordance with the terms af such proposal, ther� this bond shalf E�e null and void, lf the Principal fails ta execute such Contract ir� accordance wiih the kerms of such proposal or iaiis to satisfy all requirements and conditions required for the execuiion of the Contract in accardance with tl�e praposal or fails ta saiis#y all requirements and candifions required for the execution of the Contract in accorcEance with the prQp�sal, this bond shall become #h� property of tha Obligee, without recourse of the Principal and/or S�arety, r�ot to exeeed the penalty hereof, and shall �e used to compensate O�ligea far the difference betwe�n Principal's Total Bid Arnount and the next selected Bidder's Total Bid Amount. SIGNEO this day af By: Company Name Here , 20�4. (5ignatura and i9kle of Principal) *By: S.ur�k� hl�me Her� (Signature of Attorney-of-Fact} *Attach Power of Attomey (5ureiy} for Attorney-in-�act END OF SECTION Impressed Surety Seal Only ciry a� �oRr wor�r� STAiVDAftD CQNSTRiJCTIOM SPECIFICATIaN �OCUMENTS Forrt Revised 20910627 DO 41 00_00 43 13_DO 42 A3_UD 43 37_00 45 12_00 35 73_B1d Proposal Workbook.xls 44 h3 87 VEit�l17c5ft GD�4111�LtA�lCH 74 8'('Ai� lAW Pega 1 ni 1 ��cTi�na Q� �� �� v�N�o�. ccaM��.i�n��� ra srA�� �w n�o� n�sia��ur �ip��� l'ex�� Gave�nmeni ��d� Ch�pter 2�� was a�opted tar �h� �war.d af ao�rtr�� ta n�nre�E�en� �fdder�.'ihis I�w p�ovides th�t, ln ar�er fo ��� �awawded � aqr��raof as I�w bldd�r, nanr�sident �9dde�s tout�oP.siai� contr�otors whose corpnrate ofiir�s nr prir�GEpa� pl�o� �i �usfn$s� �re out�ide t�� �take nf Tex�s) b�d pr�jec'ts far constr�3otian, Jmprnver�en#s, �p�ll�s or servIce� 1n 7ax�s a� an �mo�nt inwar �ha'n t�$ l.nwset �'sxas rea�der�t b�dder �y ti�e �same �ouri'� kh�# �'�exa�s resl��n� bf�dar woulb b� �e'quit�d #o .underbl� ��or�reafde�i bf�d�a� In qrder to a�taln a cnmpar�bl� contraat In 1i�a �fata w�i�#� t�e narire��ttenf'� prir[cip�l pt�ae nf business la located, 7h� a�ptoprlate b1���ss lr� �eatPon A mus� b�e flller� uut b.y all not�resident biddars In �r�er for your �!d ta �te�f speaiflcatlAns, 7he faifare-nf nonresCdant.bfdders ta do� �d w111 �utnm��lcalty df�qu�lfiy th�t bl�der. I�esl��nt ksidci�r� n�susf cheak th� box 1n Se��ian B. A�. Nonresidenf bi�ders Irr the �tat� af "� ���, c�ur �rir�aipal p��ce af business, -e�a �equire.c� to ��* perc�nt lawer th�n r��fdent �1dd�rs �y �tak� k.�w, �4 cQpy t�� th� statuie i� attaah�d. iVr�nreside�t bitida�s In tP�a 8tat� �� :' _., , o�tr princ�pal� pl�ce af bus�nese, are not r��uire�� to ur�der�id resfden# b(dd�rs. �. 7h� prin�zipal �a1�ce n� buslness �f ur �amp�riyQr vut�pareni��om�any or m���r�ty nwn�r Is in �he 5t�t� o# Texas, � �i���R: By K TOUNCAI"E ��mpany NarrEe �lare A�STIN FILTER SYSTEMS, INC. F�ddr�ss�l�ere. 13653 RU7'��DGE SPIJR Ad�Pe�s f��re �oF Sp�Ce AUSTIN, TX 78717 �I#y: Stafe Zlp C�de Mp�'e .�NA C3r ��C'1']Q.N Tit1�: 1`f�f� �I�r� PRESIDEh1T i}�te: ,IEJLY 3. 2014 o�7�r o� �0�7 wo�'�H STAN�AE�o CONSiRU�T[t�iV SP�CIPICA71t�N 4�QCUNI�NTS Form Etevlsed 201 �a8�7 ii0k'1 OU Ct0 A313 II(1 d2 48 00 A� 37 DU A512 UU Sir i3 81d pro�asal WOPkhodk.xla 004511-1 BIDDERS PR�QUALfI=ECATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 I. Summary. All contractors are requzred to be prequalified by the City prior to submitting 5 bids. To be �ligible to bid ihe contractor must submit Section 00 45 I2, Prequalification 6 Staterx�ent far the wo:rk type(s)listed with their Bid. Any contractar ar subcontractor wha is 7 no# prequalified for tl�e work type(s) listed must subrriit Section 00 45 13, Bidder 8 Prequalification Application in aceordanee with the requirements beiow. 10 The prequalification process will establzsh a bzd limit based on a technical evaluation arid 11 fir�ancia� analysis of the coniractor. The information must be submitted seven (7) days prior ] 2 to the date of the opening of bids. �or exa�zple, a contractor wishing to submit hids on 13 projects ta be npened on the 7th of Apri1 must file the in�ormation by the 31st day of March l4 in order to bid on these projects. In arder to e�tpedite and facilitafe tk�e approval of a Bidder's LS I'requalification Application, the following must accompany the submission. i6 a. A complete set af audit�d or reviewed fnancial statements. 17 (1) Classified Balance Sheet 18 (2} Income Statement I9 (3} State�nent o� Cash �'laws 2a (4} Statement of Retained Earnings 21 (5) Notes to �ae Finaz�cial Stateznents, if any 22 h. A certified copy of the firm's organizaiional documents (Corparate Charter, Articles 23 of �cozpora#ion, Articles of Qrganizatian, Certificate af Fa�nation, LLC 24 Regulatians, Certificate of Limited Partnership Agreement). 25 c. A corx�pleted Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer ldentifca�ion Number as issued hy the Texas 27 Carnptroller of Public Accounts. Ta obiain a Texas Ta�payer ldentification 28 number visit the Te�s Comptroller of Public Accounts online at the 29 foliowing web address www.window.state.�.us/t�nerrrtit/ and fill out the 30 application ta apply for your Texas ta�c ID. 31 {2) The firm's e-mail address arid f� numi�er. 32 (3) The firm's DiTNS numher as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting an �'ederal Aid�projects. T3�� DL]NS 34 n.uFxaber may be obtained at www.dnb.cozx�. 35 d. Resumes reflecting the construction experience of the principles of the iirm for firrins 36 submitting their initial pr�qualification. These restunes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the Cit�. 39 40 2. Prequalification Requirements 4i a. Finaracial S�aternents. Fizzancial statement sut��ission must be provided in �2 accordance with the foliowing: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be suhmitted for consaderation. C1TY OF FORT WORTH SOL SLOPE REPAIR AND TR�E 12�MpVAL STANDARD CONSTRUC�lON SPECiFICATION DOCUMENTS Cify Projecf No. WRT-2001-300007 Revised July I, 2011 004511-2 �I�bER3 PT2EQUALIFICATIONS Page 2 of 3 � �Z� To be satisfacta�y, the �nancial staterrients t��st be audited or reviewed 2 by an independent, certified public accotmting fum registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting �tzns performing audits or reviews on busin�ss entities within 5 the State of Te�as be properly licensed or registered with the Texas State 6 Board af Public Accountancy. 7 (3} The accounting f�rm should stafe in the audit repQrt or review whether 8 the contractor is an individ�al, earporatian, or Limited tiability compa.ny. 9 (A-) Financial Sta.tements no.ust be presented iza U.S. dollars at the current rate 10 of exchange of the Ba�ance Sheet date. I I {5) The City will not recognize any certified pub�ic accountant as I2 independent who is n;ot, in fac�, independent. 13 (6) The accountant's opinion on the financial statements of ihe cantz'acting 14 c�mpany should sY.�te that the audit or revisw has been conducted in 15 accordance with anditing standards generally accepted in the United 16 States of America. This must be stated in the accounting �rm's opi�ion. 17 It should: (1) express an unqualzfied opinion, or �2) express a qualified 18 opinion on the statements taken as a whole. 19 (7} The City rese�rves the right to require a new statement at any t�me. 20 ($} The fuiar�cial statement mUst be prepared as of the lasi day of any nnot�th, 21 not zzac�re than one year old and must t�e on file wztla tlae City 16 months 22 thereafter, in accordance with Paragra�h 1. 23 (9) The City vwiIl determine a eantractar's bidding capacity for the purposes 24 of awa�•d�ng coniracts. Bidding capacity is de�ermined by multiplying tlae 25 positive net working capital (working capital= current assets — current 26 liabilities) by a�actor o�' 1.0. Only those statements reflectir�g a positive 27 net working capital position will be considered satisiactory for 28 p:requaiification purposes. 29 (10} In the case that a bidding ciate falls within the time a neyv financial 3� statennent is being prepared, the previous statezn�nt sha�l be updated with 31 proper verification. 32 b. Brdder Prequalification Application. A Bidder Prequalification Applicaiion must be 33 submitted along with audited ar reviewed financial statements by firms wishing to be 34 eligible to bid on aIl classe� of constructian and maintenance praj�cts. Incom.plete 35 Applica.tions will be rejected. 3b (1) Yn those schedui�s w��re tkere is nothing to report, the notation of 37 "None" or "N/A'• �nould be inserted. 38 (Z} A rninimum of five (5} references of related work must be provided. 39 (3} Suhrnission af an equipment sch�dule vvhich indicates equipment under 40 the conirol of the Contractor and which is related to the type of work for 4l which the C�ntactor is seeking prequalification. Th�; schedule tx�ust 42 include the manufacturer, tnodel and general common description of 43 each piece of equipment. Abbreviations or means of describin� 44 equipznent ot�Zer tha� �rovided above �wvill not be accepted. �45 46 3. E[igibility to Bid 47 a. The City shall be the sale judge as to a contractor's prequalification. 48 b. The Ciry may reject, susper�d, or modify any prequaiifica.tion for failure by the 49 contractor tn demonstrate acceptable financial ability Qr performa�ce. 50 c. The City wiil issue a letter as to the status of the prequalifzcation approval. C1TY OF FORT VdORTH 30L SLOPE REPAIR ANfJ TKEE Fi�MpVAL ST�ITIDAliD CONSTRUCTI[�N SPECIPICATIOt�! DOCUMEAITS City Project Na. WRT-20�1-30UOQ7 Revised July 1, 201 I II 1 2 3 4 5 s � S 9 0045 ll -3 BIDDERS PREQUALIFICATTQAI5 Pagc 3 of 3 d. If a cox�tractor has a valid prequxlification letter, the contractor will be e3igibie to bid the prequalified work types until the expiration data stated in the letter. END OF SECTYON � � .i 9 I L � I CITY OF FORT WORTH STANDARD CONSTRIiCTION SPECIFICATI03�I DOCUMENTS Revised July l, ZOl I 50L SLOAE REPAIR AND TREi REMOV�IL City ProjecE iVo. WRT-200l-300D07 Q��F5 9� �It� �OliNl Pnge 9 oi 1 ���1"��I+1 [f(1$� �f� p��QUAI,IF'iCA'�I�RI ��'AT�M�n�i E��h Bld�er �r � C�y pr��ur�m�nt ��s �equlre� �a ��mplete th� Enfo�matlon foelow �y Id�niliyin� th� prequalifi�d oontraatars andlar sub�on#�act�r� wf�am they Intend �ta utl�lz� �Por the r�ajor w�rk type(s) �I�ted. IVl��03` W4rIC `�1�5 C�ntra�tarlSub��ntt��tar Compar�y �fam� �'r�qu�ll�catlbh _ � _ _ , � �x lraiivrt Aafe ;�y�� :'�:. �u��:i-'� - :���.�;�,+�::.�.. �'i .`" :` i -v - � �t}�� �.'h'' ALL MAJQR BlD ET�MS �"��� �=-�'Y`r`;�`,;�...:�' �.�,1����.,�BSYSTF_MS� lNC. .. ,�,:°.''���j PlI�Q:�......._ Tl�e undersEgrled 1�sreb�� Ce�ift� tk�a# #h�'o��fr�ctn�`s an�lqi` 5ubconfra��ar� desorib�d ir� €h� ta�rl� �bove ar� cur�entty pr�qu�lifled #or fk�e�v�ark iypes Ast�d. BIDL7FF�� �ornpany iVrameHere AUSTW FlLTER SYSTEMS,INC. ��� �'��R �Q MARK TOUNGATE Addre�s. H�re 13653 RUTL�DGE SPUR A�idr��s l-tere �r Spa�s AUSTIN, 7X 78717 . f�naturej�" C[ty,��t�te Zip Code H�re Ti#fe: Ti�le H�r� PRESIDEN7 [}ate: Jl1LY 3, 2014 �IVD 4�' ��C'TI�?N 0 0 � F � �ITY OF FQRT W�Ri'H SrANDAFtI] C�NS`TI�UC'�'1p1�! SpECl1=l�,4fION bb�l7�1ENi8 Farrnf�evised�09x0i20 �Ufi'IOD�Oi�A31��f0�42�3_DO��i3'�7 O�h�12 OO�S�B BidPrapo�alWarkbbak.x�s ��������� SECTION 00 45 13 BIDDER PREQUALTFICATION APPLICATION 'f ,� Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address {required) ( ) Telephone Zip Code Zip Code City City [ 1 Fax Mark only one: ^ Ind'zvidual Lirnited Partnership � General Partnership Corporation Limited Liabiiity Company State State EmaiI I Texas Ta�payer lde�atification Na. � Federal Emplayers Identification No. 4 I DiJNS No. (if applicable) MA.II. THZS QUESTIONAIRE ALONG V�ITH F'1NANCIAL STATEMENTS TO: CITY O�' FORT WORTH TEXAS 1040 T�IROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AN17 MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APYLICATION" 0045l3-2 B[DDER PR�CQUALlFlCATlON APPLICATION Page 2 of 8 SUSINESS CI,ASSTFiCAT�ON The following should be completed in order ihat we may properly classify yaur fr�n: (Gheck the block(s} which are applicable — Block 3 is �o be left blank if Block 1 andlor Black 2 is checked) � Has fewer �ian l0i? empFoyees ar�dfor � Has less than $6,flOQ,flQ0.00 iY annual gross receipts dR � Does not meet the criteria for being desig;nated a small business as provided in Section 2006.00 I of the Texas Govemment Code. The classificatzon ofyour �rm as a small ar large business �s not a factor in detennining eligibility to beeome prequalified. MAJOR WORK CAT�GORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-incl� diameter casing and greater Tunneling — 36-Inehes — 60 —inches, and 354 LF or Iess 'Tunneling - 36-Inches -- GQ —inches, and greater than 350 L� Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less � Cathodic Pro#ectlon Water Dis�ribution, Devalopment, 8-inch diazneter aaad smaller Water Distribu�ion, Urban and RenewaI, 8-in.ch diatneter and smaller Water Distribution, Devclopment, 12-inch diaznetar and smaller Water Distribution, Urban and Renewal, J 2-inch diameter and smaller Water Transmission, Develop�ent, 24-znches and smaller � Water Transmission, UrbanlRenewal, 24-inches and smaller � Water Transmission, Development, A�2-inches and srnalier � Water Transmission, iTrbanlRenewal, 42-inches and smaller T Water Transxr�.sssion, Development, All Sizes Water Transmission, UrbanlRenewal, A11 Sizes Sewez- Bypass Pumping, I8-inches and smaller Sewer Bypass Pumping, 1$-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches arid smaller C�TV, I2-inches a�d smaller CCTV, 18-inclzes and smalIer CCTV, 24-inches and smalSer CCTV, 42-in.ches and smaIler � CCTV, 48-iz�ches and sz�zaller CI'FY O�' CORT WORTf-1 SOL SLOPE RCPAIK AND'I'RCE REiviOVAL STANDAItD CONSTRUCTIOI�i SYECIFICATIDN I30CUM�NTS City Project No. WRT'-2001-360007 Revisad DecemUer zfl, 20E2 oaas i3-3 HiT?DLR PREQUALlFICATIDN APPLICATIOIV Page 3 of S MAJOR WaRK CATEGQRIES, caNT�uEn i � Sewer CIPP, 12-inche� and smal�er Sewer CIPP, 24-inches and sn�aller �ewer C1PP, 42-inch.es ai�d smaller Sewer CiPP, All Sizes � Se�+er Collection System, Development, 8-inches and smaller Sawer Co�lection System, Tlrban/Renewal, 8-inches and smaller � Sewer Collection System, Developmenf, 12-inches and sma�ler � Sewer Collection System, Urban/Renewal, 12-inches artd smaller � Sewer Interceptors, Developrnent, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Intercep�ors, Development, 42-inches and small�r � Sewer Interceptors, UrbanlRenewal, 42-inches and srnatler � Sewer Tntercaptars, Development, 48-inches anc� smaller � Sewer Interceptors, Urban/Renewal, 48-inches and smalIer � Sewer Pipe Enlargement 12-inc�es and s�nal�er _ Sewer Pipe Enla�-gement 24-inches and smaller Sewer Pipe Enlargemen�, All Sizes Sewer Cleaning , 24-inches and smaller ^ Sewer Cleaning , 42-inches and smaller Sewer Cleaning , A11 Sizes Sewer Clea.n.xng, 8-inches and srnaller Sewer Clean:ing, 12-inches and sn:taller _ Sewer Siphons I2-irncnes or Iess Sewer Szphons 24-inches or less _ Sewer SiphQns 42-inches or less Sewer 5iphans Alt Sizes � Transportatiou Public Worl�s AsphaltPaving Construction/Reconstruction (LESS THAN l.S,d00 square yards} Asphal# Paving Construction/Recanstruction (15,OOp squaa•e yards and GREATER) Aspna�t �'aving Hea�y Maintenance (i.JNDER $1,QOO,dpO) _ Asphalt Favir�g Heavy Maintenance ($1,004,000 and OVER) _ Cancrete Paving Construction/Reconstru.ction (LESS TFIAN 15,0(}0 square yards} _ Concrete Paving Gonstruction/Reconstruction (15,000 square yards and GREATER) Roadvvay and Pedestrian Lighting CITY OI� FQRT WOItTIi STANDARD CONST1tUCTIp1V SP�CIF'ICATTO�d DdCCIMENTS Kevised Decem6er 2U, 20I2 SQL SLQE'C R�1'AII� At3D TREE RE�v10VAL City Project No. WRT-2001-306007 00 45 13 - 4 BIDDEit PREQUALlFICATIQN APPLICATION Page 4 of 8 1. List ec�uiprrient you do not own but which is availahje by renting � DESCRIPTION OF EQUIPMENT NAME �ND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? � List previous business names: 3. Haw ma.ny years of experience in conatruction work has your organization had: (a) As a General Contractor: (b) As a Sub-Contractor: .'_ 4. *What projects has your orgazai�,ation comp�eted in T�xas and elsewhere? CLASS � LOCATTON NAME AND DETAILED � CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OF�ICIAL TO AMOUNT WORK COM�'LETED STATE WHOM YOU RE�'ER � f I I *If requaIifying only show wark perfoz�naed si�ce last statatnent. S.Have you ever failed to complete any work awarded ta you? If so, wk�ere and why? '� 6.Has any officer or owner of your organization ever been an officer of anather organization that failed to camplete a contract? If so, state the na�ne of the individual, other organ.ization and reason. � 7.Has any officer or owner of your organization ever failed to complete a contract executeci in hislher ' name? If so, state the name of the individuaI, name of owner and reason. CITY OF FORT WORTH STANDARD CONSTI2UCTION SP�CI£I�CA'�'i0I*1 DOC�IM�TITS Revised �eccmber 20, 2U12 SOL SLOPE REPA[�t AND TRE� RCMOVAL CityPrajeciNo. WRT-20D1-300D07 004513-5 $IDDE12 1'R�QUALIFICATIQN APPLICATION Page 5 of $ S. In what other Iines of ��siness are you �nancially intexested? 9. Have you ever per%rmed any work for �he City? Ii so, when and to wham do you re�er? 1 Q. State names and c�etailad addresses of al1 producers from whom yo� have purchasec� principal materials during the last three years. I NAME OF FIRM �R COMPANY DETAII.,ED ADDRESS 11. Give the names of any af£Iiates or relatives currently debatxed by the City. Tndi�ate your re�ationship to this person ar �irm. 12. Wlaat is ihe eonstruction �xperienc� of the principal individuals in your organizati4n? PRESENT MAGNITUDE POSITION OR YE�RS OF AND TYPE OF IN WIIAT NAME OFFICE EXPERIENCE �VORK CAPACITY 13. If any owner, officer, director, or stockholder nfyour firm is an employee of the City, or shares tI�e same household with a City employee, please �ist the name ofthe C�ty employee and the reIationship. It� addition, list any City employee who is the spouse, child, ar parent of an owner, officer, stockk�older, or director who does not live in the same household but wh.o receives care az�d assistance from that person as a direct res�It of a documet�ted medical condition. This includes foster children or those related by adopiinn or marriage. CITY OF FORT WOATH SOL S�.O�E REPAIR AND TREE REMOVAL STA3dDARD CONSTRi7CTION SPHCIFiCATiOhf DOCUMENTS City Project Na. WRT-2p01-300007 Revised December 2Q, 2�12 00 45 13 - 6 BIDDER PRCQUAL[FICATIpI�! APPLICATIOI�! Page 6 of 8 CORPDRATION BLOCK PARTN�RSHIP BLOCK If a corporation: ---�- -�-- ---- _...... ----�- If a partnershi�: Date of Incorporatior� State oiOrganization CharterlFile No. Date of organization Fresident Is partnership general, lirnited, ar registered limited liabi�ity partnarship? Vice Presidents Secretary Treasurar Fi1e No. (if Liznited Partnership) G�nerai Partners/Offcers Lim.ited �artners (if applicable} LINIITED LIABILITY COMPANY BLOCK rf a eorporation: State of Incorporation Date of organization File No. Oificers or Managers (r�vifh titles, if an.y) Individuals authorized to sign for Partnership Except fo�' Iimited partners, the i�dividuals listed in the blocks above are presumed to �ave full signature authority for your firm unless atherwise advised. �hould yoa wish to grant signature authoriiy %r additional indi�iduals, please aftach a certified copy of t�e corporate resolution, corporate minutes, partnership agreement, power of attor�ey or ofher legal documentation wt�ich grants this aufhorify. J CITY OF FORT WORTH 50L SLOPE REPAiR AND TR�E REM4VAL STANDARD CONSTRUCi'ION SPECIFTCATION DDCUMEN�'S City Project No. WRT-2001-300007 Revised December 20, 2012 00 �4S 13 - 7 BIDDERPREQUALIfICATION APPLICATIQN Page 7 of $ � � 14. Equipment I ITEM QUANTITY � r f2 I 3 � 4 I S � 6 � � I g � g I 1D 11 I 12 13 14 15 I' !6 I I7 I 18 I 19 I 20 2I 22 23 I 24 I 2S I 26 I 27 I 28 29 30 ITEM DESCRIPTI�N $ TOTAL BALANCESHEET VALUE V arious- , TOTAL SimiIar types of equipment may be lumped together. If your firna has mora than 30 types of equiptnent, yo�x tnay show these 30 types and show the remainder as "various". Tha Ciiy, by allowing you to sliow only 30 types of equipment, reserves the right to request a co�ptete, detailed list of all your equipmerit. The equipment list is a representation af equipment under the cantrol oi the firm and which is related to �- �lie type of work for which the finn is seeking qualiiication. In the description include, the r�anufacturer, model, and genera� common d�scription of each. e1T� o� rox�' woRxH STANDARll CpNST12UCTfON SPECIPICATIOTI DOCUM�NTS Revised Decemher 20, 20j2 SOL SLOPE REiAIR AND TREE REMOVAI. City Pro�ect No. WRT-2U01-300D07 QO 45 l3 - 8 BIDBER �'REQUALIFICATION APPLICATION Page 8 of S SIDDERPR�QUALIFiCATYON AFFIDAVIT � STATE OF COLTNTY OF The undersigned hereby declares ihat the foregoing is a true statement of the financial condition af the entity herein firsi named, as of the date herein fi�st given; that this stateznent is £or the express purpose of inducing the party to wharn it is submitted to award the submitter a contract; and that the accounta�t wha prepared the balance sheet accompanying tl�.is report as well as arny depasitory, vendor or any o#her agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity deseribed in and which executed the foregoing siaterrzent that he/she is fa�niliar wiih tk�e books of the said entity sb.orvin� its �'inancial condition; that_the foregoing financial statement taken from the boolcs af the said entity as of the date thereof and that the ausw�rs to the questians of the foregozng Bidder Prequalificatian Applieation are correct and true as of the date of this aff'idavit. Firm Name: I ' � S�ignatur�: � � Sworn to before me this day of , � Notary Public � i Notary Pub[ic must not be an officer, director, or stocl;hulder or relative thereo% CITY OF FORT WOitTH STANDARD CONSTRUCTIO�I SPECIPICATION flOC[JhAENT� itevised December �0, 2012 50L SLOPE REPAIR AND TREE REMOVAL City Project No. WIZT-2001-300007 OU 4�;�t - i co�rT�i�,cra� cor�►�.r�rc� wt�rt� w+o�nYs c�r��rrs�'�tar� �.�w P�go �I o� 1 1 2 3 � 5 � "7 .$ 9 10 �1 12 l3 ]d �3 16 1? -1 � Y �1 20 21 � �3 �� 25 26 2� �8 29 �� 31 >?� 33 3�4 �S� 3�i �� �a 3� ��C�`IOIY 00 �� �G ' C�}1�ITRA,CT4R'�011�P�,S,A�C� WiTx'4�l�RX�R's eon��s��aN �,��r f'c��slr�n� t�'�'o�s .Lt�bar C�de ��cti�n �OG.Q96�s)� �s a�ne�c�c�1,, �on�raaitlr cert[ii�a th�1t i# pir�vi�as �worksr'� cam�ensation ins�s�x�ae �nver�ge fo�.sxl10� it� s�nployeas emplh�ed rny Ct#y �'roject �q. W�tT �AUIw�O� ,. ��,rztr�ctor furt�er asz�Yi��ies tlia,t� ��irsn�it fu T�caS.I���ix� �ode, �a�tEo� �OGA96�b), �s �rrtenc��d, �t �ilI p�o�ide to �ii� its subcantraQtar's ��i�c�ate� of oamplfanoe �#th wor�e��'s comp�n�stion eov�i�a�e, C'�7N'x'RA.�'Oit: AUSTIN FILi�R SYSTEMS, [NG. Camp�ny 'E3653 RUTLEC]GE SPUR .�d'�►�s�� AUSTIIV, TX 78717 �ityl�t�tol.�xp� TH� STATT� (�F `.I��AS CC7�JNT'� QF'�',�kR�t.A�NT' � � B�rr MA Si�n�tu�e: �"jt[�, PRE5IDENT (�'le�s Print� BIl�`OR� ML�, t�o unde�si.�t�d auihorit�, on t� day �er�o����ly ���eareci MARK TOUfVGATE , l�n�w» to rrra to b�s th� �er�Qn �thosa �tsr�[$ �i�s s�bsC� 1b�ci tv:�xe forag�si�g iixstr-u����, ��i aoknovvle�ge�t to �ne �hat lte/s�a �xect�tc� #he suiue.�s �a Rak �t�d d�d o�' AUSiIN FILT�R SYS7�MS,. INC. ��r th� p4n�clsets �4rt� o�us3d�e�ti�a�th�x�� e�c����d ���1 in �.ie oap�a�rtl�etain s#�tad. �3I'�Ih�]' �1�D,��. iV� �� :AN� ��� Q�� �F��GE thi� 3 RD. cl�y of' JUl.Y „ �O�A�. _,��,..,,,,.,,,_,_._,��,.,,_ ..., � ; �1+�Y�e��, STACYd'f�1N@LSON ; Na �s�yP'ub�i a d�'nr#�ze �tate�o�'�ex�s : * � * NOTARY Pl1BEJ� ��''�oF� S�AT� OF TIXIIS ;�� +C�]C' Sl4�T�O�Y , MYCO�14M. � i9��e�94 ; a CI'�I� DFPOE��' Wb�l'F� �fAizJDA[tIJ.CON51'iZUC7'Ifl�1,5Yf:�lF�1C,l�TiOAf �DOGL1ME3dTS iz�v�s�a��viy F,znia �ol.. �LUA� RL+i�AiR Fk�In'rl�k:'� �Eiklov,AL c��y r►�oj�t��o.�w�m a�so� ��9QQb'? lU) 4S 4� • l MG�J[3[il�l'Y lINU 4V{}hQEN i�RS53N�55 F�1'I�liltYRlSf c�.+�AL ��i�;c I ul' I 1 4�'.�"�`1()N Q#1 �S �(1 � 1rf [1�1{�L�I`f � 13L��1N��� �NTF;RPRi51: �01iL J �ll���1�}YJ..��J�e \JJ� ��1Ji.1�F � fF� lhe tc�t�l dollae ��a1tiB U� t11� CaiYlr�,�:l iS gi'�ilE�l' ��7a€� �5[},�1�0. ihen liro �1+1Fi� subcniytra�Eir��; goal S i111��+ �a� ���pji��tl,lc, f f l��� t�#�� dolla�' v�lrte �rf l�te �otttr�cl �� �50,0�0 �r l�s�, t�ti� �TF3F 6 s��kscc��ti�rtac:[i�M;; �;c�a! i� no! app3tc�ti�i1�, 7 8 9 EO II �2 �3 ]4 15 Z6 17 I8 T9 20 �1 2� �� �� �S �6 27 28 29 �'�L�[C`�' STF'�'1-1?141Y�'.��' Ii is lltc policy nf-1]ic CiE�+ n�`1{ar� 1�Jc+rt�i ta e�surc 1Ei� r'��kl ;���c� equiEabte �zrrtic�pilX]OZl }.?�+ �lll€}E'i��. [3��ines� L'',�l��f�]l'Iti�B (I�iL�E) iit tli� �rCot�lGr4ri1t=rll ��f �ll �onds a�td �ervi�e�. l�11 �er�uireni�n�s �nd eegulalion� �I�ler€ �Rt �fX�{'�ty's c��r��M�i iit�si�css Dive���iy �st��:r��t'i�� C�rdE��ance:opply to lhis hid_ 11�i3�. I'�t.O'J��'.{"T G[)�i.. 'fltie �ity's �V�f3� �;c���t �ti�a IltFs ��i•o�tci �� 9°l�. €�f tEte l���t�l biii �}�cx,+�.r fur! ����p�r'e,s �rt Pr�rJE:s c�r�t} C'c,���r���rr�it� �'e+'xr�c��,�j. �k,i�te,; �F l�at�Y ��1�E an�f fif3F su��eorrrract���g go��ls t�rc� �;�t�l�l��l�ed for l��is pr�jew�. d��� �� �ffc:��or �rn�s# �rx}��xrit hntEx a M��3�: �:�iE�-r.atic��� �;}nn �t�d �� 4i3� Ltti�Ezai�o» E�br��� �o E�c cicc���rl res�}c�G��i+�c. C(1Mi'L�AI��"� '1'� ��fY> �]-'I:�l�f TCATi�I�S ��s C`�l� �{���Rr��:�s ���::rt�r iltan ;�Sf3,{�{}�} tivitiur� � 11+�F�� sul�coi�Eractiiig g��;�l �s :�]���licd, E�idd�s �orc req��red to ca3n�sly �vialr tEti�: i��tc�i� o� 4�re {'�t}�s l��Esiness I��vcr;it}� [�a�4�in����:�; by cr�kc rr� �ly� tc�!luw����= �. ]V�cei �x�' exreed �fEe r�����e st�x#cd M13J1 go�l ll�ri�u�ki MQi; sul�c�nir��ctit�� �r��'tici�:t#'sa�, ar $. Nleet or cxcr�c# t1�e ��l►rr��� �i:ste<i M]3E �oal �I� ru4igl� 1� LiI; .icrint ���li�kll'L' �7i�1'�IC1�15�I lelli� or 3. �;�x+��� �'F�ilh rl�'cxrE �locui��e�s�ali�:k, �ss; �4. 1�':xi�fir d�,c��mcn[:�tir:n. �'ailuk'c tk� co�i�ply vvi�3i tlie C'tty's M11�4f �#�: Ordi�����ce, sl3all result �n 1�7c L�icE l�ei17,na cnnsid�rec� nu��- r��pu�sive. lliiy q����t1����s, pleas� c���i�ct the f�ill�i3L { ifli�e t�t {8 �7) �9�'�6 EOA. �Q 4C1.�3�1'1lTT�l.�� C}�' i���.;(�i��Ri?D DOC:lf1�.�1V`f A'i'Y�f� 31 '!'3ir ��p��li�s�l,l� {�i}{„13EIli:llt4 �f��ts� 1xc r�c�:€��ec! L,}� llie �'likn���1a1�, 17C}��►rtmen#, �vi�l�in �itc f�llcr��i�g 32 IEn�c.; a�llssca5�.ci, is� ��rilci i��s�� 41�� eitlire bis! �t� k�c �.;xi5�icj���e+J r�spo��siv� ic� �l�c ;��ccifi�:air�;u�_ �f1ie 33 I�i'�'t�risr 4haill �ic�ii�vc�r Ili�: �]l�F. ai��c;i������tt�:�Lis�it iif E�ei��c��� l,, lEt� ���5��'��E�r�'i���c�,n�pin��t�� c,l-�l�c �+[�����iki� 3�4 E�c�r;�7;iii�iic r,nc� ��ht�wi�: ., cl;�#c{�iirtc� rec�ir��, ��i�.17 rec���iE ��r:��ll l•a� e,w'stl�n�;� li��i tl�c: �:ilyr rcccive�i titi�: 35 dc�c�rmcn#rtt�o�t in �1rc: iim� � I.I�,ctit�r,E. f� :��xed �o���� ���iti not �it� :kcc���r#c�l, l. Sti�lsc��r��r���.tu! 1_itili�.,x;it�n l�u��ia�. :I �.�;:I is ntiei or cxcc�dcci; �. C',and Fa�sh �fE�r��t snd Subc�rEatrac�or �T�ili�ntiat� rot�n, �f}�urtici����iu�i is loss tlia�t siat�d �a�l: 3_ f�{]Od i':1111t 1:Eli]Cl llEid ti�liCQlhtS'�C1+71' LfLEli��tica�t Furn�, it�it[+ N�LkL ��il'tlCk}]ll�l4fl; �.� �'ritstie C'n�ttras��n� V4ffwive� T�rrrn, if firrs� w��! 4}l`-I'f01'lli ��I Si1L]CO.IlliilCtCll��uE3��l�er �vc}�Ec; 5. ��sins Ve�l�u�c F�>i�, i!`��iil Et����, u jotitii +�enEurc lo r1�c'.�I €er uxC�4cl g�rsl. rr�.rik�c}r� irk� =;:li[) p.�71,. liv� (`�� Qvis}� bus�7��ss day� �fief UkC I]ii'� O�l�lill��, cl;�t4, cxc4�a,�v�� of i�7e bid nper�ing r�a�c, recei�cd hy �_�!0 �i,�tr,, t3��c� (�} �ity b��si�ess days after �h� bi�E npe���ng d�tc, �xc��tsiva ofti�e C�id o�ening,�ut�. ���.c�:iv�.�l lry 5=0� j,,nf„ five �5) Gity busi�t�:s� ci�ys afte� �I�c l�sd o��c�au�g da�c+ C]{CIUSIVe o���c t}�� Q�ICltlll� �&t�, rcccivcd by 5;00 �3.��.. flvi (5} {:t�y buszness days :�f��r utC L�JC� ll�tdllkl�', {�.3�C. ex�:lu�ive �ri� �ie bid ope��ia�g datL_ rcceivsr.l I�y S=UQ �_a��_, fivc {5) �ity buwi�tics� dt��+s ai�cr aE�u bicl t��cning d,�l�, exclu��ve oC khc �]�cf {�p��itr�. ti��c. �b Is�n ()�� S�;i�' 1`l�i��V {:CiY OF �5-�«F �Vi�]t I H STA.�IUA[{D C'{}1•l� I-l�U�.lZUhf Sl��.(=��3CA7 SC1N I:H}ClJl4ir�kTS Rewiscd T�cccanbtr �Il, 7{f1'� it)�_ �l,�lJFI= 3tEPfkl3t �NCl7'I�1=1�' f�f?�4E�5V11L f;liy P�ajc�e4 No. VdFt'E'-2t}4l-'�}U1103 ao sz a3 - i Agreement Page 1 of4 1 2 SECTION OQ 52 43 AGREEMENT 3 THIS AGREEMENT, authorized on September 23, 2014 is made by and between the City of 4 Forth Worth, a Texas home rule municipality, acting by and through its duly autharized City 5 Manager, ("City"), and Austin Filter Svstems, Inc.. authorized to do business in Te�as, acting by G and through its ciuly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 11 12 13 I �4 15 l6 17 18 19 20 Cor[tractor shall complete all Work as speei�ed ar indicated in the Cnntract Documents far the Project identi�cd herein. Article �. PROJECT The project for which the Work under tha Contract Documents may be the whole Qr only a part is generally described as follows: Slud�e Onlv Landfill (SOL� Revair and Tree Removal VVRT-200 i-3 Q000'7 Article 3. CONTRACT TIME 3.1 Tiane is oFthe essence. All time limits for Milestones, if any, and �'inal Acceptance as stated in the Coi�traet Documents are ofthe sssence to this Cantract. 21 3.2 �`inal Acceptance. 22 The Work wiIl be complete for Final Acceptance within 180 days after the date when tIZe 23 Contract Titne commences to run as provided in Paragraph 2.03 of the General Condi#ions. 24 3 3 Liquidated damages 2S 26 27 28 29 30 31 32 33 34 Contx•actor recognizes that time is oi the essence of this Agreement and that City will suffer financial loss if the Work is aot completed within tl�e times specified in Paragraph 3.2 ahove, plus any extension thereof allowed in accordance with Az-ticle 12 af tl�e General Conditions. The Cantractor also recognizes Yhe delays, �xp�nse and difticulties involved in proving in a legal proceeding the actual loss suffered by the City if fihe Wo�•k is not coinpleted an titne, AccardiX�gly, instead of requiria�g any s«ch proof , Contractor ag�-ees that as liquidated damages for delay (but not as a penalty), Contractoz• shall pay City Si� Hundred Fiftv Dollars ($650.D0) for each day that expires after the time specifiecE in Paragraph 3.2 for Final Aeceptauce until the City issues the Final Letter of Acceptai�ce. CITY �F FORT WORTI-� STAN�ARD CONSTRIIC"i']ON 5PEC1FICt1TEQN DOCUMENTS Revised August 17, 2012 SOL SLOPE REPAIR AND TIiEE 12�MOVAL CityPrnjectNn. WRT-2001-300007 aosaa3-z Agreement Pa�e 2 of 4 . I, �f ; �. �� � .� 35 Article 4. CONTRACT PRICE 36 City ag�rees to pay Contractor for per%rmance of the Work in accordance with the Cantract 37 Documents an amount in current funds of Si� Hundred Fortv Nine Thousanc� Four Hundred 38 Ei�h� Three Dollars and Fortv Four Cents ($b49,4$3.44). 39 Article �. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 42 43 44 �45 4b 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 6S 66 67 68 �9 70 71 72 73 A. The Contract Docurnents which cornprise tl�e entire agreement between City and Conixactor concerning the Work consist of the folZowir►g: 1. This Agz•eement. 2. Attachments to this A��-eement: a. Bid Form 1) Proposal Porm 2) Vendor Co�x�.pIiance to State Law Non-Resident Bidder 3) Prequalification Statement 4) State and Federa� documents {project specifie) b. Current Prevaiiing Wage Rate Table c. Insurance ACORD Porm(s) d. Payanent Bond e. Per%rmauce Bonc� f. Maintenance Bond g. Power of Attorney for the Bonds h. Warkerr's Compensatioil Af�davit i. MBE aiid/or SBE Commitment Form 3. Ge�eral Conditions. 4. Supplementa�y Conditians. 5. Specifications specifically mada a paz�t of tlle Contrant Dncuments by attachment ar, i� not attached; as incorpocated by reference and describecE in the Table of Contents of the Project's Coiitract Dael�ments. 6. Drawings. 7. Addenda. 8. Documentatinn submitted by Contractor prior to Notice of Award. 9. The %llovwing which may be delivered or iss�ted after the Effective Date of the Agreeinent and, ii issued, become ai1 incorporated part of the Contract Docuzn�ents: a. Notice to Proceed. b. FieId Orders. c. Changa Ord�rs. d. Letter of Final Acceptance. c��r� a�' �axr wc�R-eH STANDARI7 CONSTRUCTION SPECIFECATIOAI bOCUNiEtVTS Revisad August 17, 2D12 SOL 3LOPE REPAIR AN� TREE ILEivIOVAL CityProjectNo. WRT-200t-300D07 � 00 52 43 - 3 Elgreemenk Page 3 af4 74 Article 6. INDEMNIFICATION 75 76 77 78 79 SO 81 82 $3 84 8S 8& 87 88 89 90 91 92 93 94 95 G.1 Contractor covenants and agrees to indemnify, hold harmless and deFend, at its own expense, the city, its of�cers, servants and employees, from a�d against an�y and all claims arisi�ng out oi, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, emp�oyees, subcantractors, licenses or invitees under this contract. This indemnification nravision is saeci#icall� intended to onerate and he effective even if it is alleged or nraven that all or some of the dama�ea bein� sought were caused, in whole or in nart, bv anv act, otrnission or ne�li�ence of the citv. This indemniLy provisfan is intended to include, without limitation, indemnity for costs, expenses and legal fee,s inct�rred by the city in defending against such cla�ms and c�uses of actions. 6.2 Contractor covenant,s ancl agrees to indemnify and holcl harr�less, at iis own expense, • the city, its officer�, servants and employees, frorn and against any and all loss, damage ar destrnction of prnperty of the city, arising out of, or alleged to arise aut of, the work and services to be pe�ornned by fhe contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnificatiar� provisian is sqecificaElv intended to operate and be effective even if it i� alle�ed or proven that all or some of the damages bein� sou�ht were caused. in whole or in nart. bv anv aci, amission or negli�ence of the citv. Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreetnent which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Conh•act. 100 This Ag�•eement, inclLiding all af the Contract Documents may not be assigned by the l01 Contractor withaut the advanced express written consent of the City. 102 7.3 Successoz•s and Assigns. 103 City and Cantractor each binds its�lf, its partners, successors, assigns and legal l04 representatives to fihe other party hereto, in respect to ali covenants, agreements and 1 �5 obligations contained in the Contract Dacumej�ts. 10G 7.4 Severabiiity. 1�7 A��y provision or part ot� the Conh-act Docurr�ents held to be uncanstihitional, void ar 108 unenforceable by a cou��t of competent jurisdactio�� shall be d�emed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and ll� CONTRACTOR. 1 l i 7.5 Govei7�ing Law and Ven�ie. 112 TI1is Agreernent, iilcluding all of th� Contract Documents is perforinable in �l�e State of 113 Texas. Veniie shall be Tar�•ant Couilty, Texas, ar the United States District Cou��t for the 114 Northern Districfi oFTexas, �'ort Worth Division. CITY OF FOR'1' WORI'I1 SOL SLOPE REPAIR AND TRE� R�MQVAL STANDARD CONSTRUCTION SYECIFECATION DOCUMEI�TS City Project No. WRT-2Q01-3QOOQ7 Revised August 17, 2012 005243-4 Agreement Page 4 of 4 � ! 15 7.6 Other Provisions. 116 The Cantractor agrees tQ pay at least minimum wage per hour for all labor as the same is 117 C11551�1�C�, promulgated and set out by the City, a copy of �hich is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 A�thority to Sign. 120 I21 122 123 I24 125 12C 127 Contraatar sha11 attach evidence of authotity to sign Agreement, if other than duly authorizad signatary af the Contractor. IN WITNESS �VHEREOF, City and Contractor haae executed this Agreement in anultiple eounterparts. This Agreement is effective as of the last date signed hy the Parties ("Effective Date"). ' Contractor: � : � Austin Filtq�`�'stem, �nc. / - r + z : , BY: � .�%,`��--�. {Signature) Mark To�.�ngate {Prin#ed Name) Title: President Address: 13653 RutIedge SP Date �� �$ � Attest: d� City Se retary {Seal) t M&C C-27003 Date: Sentember 24, 2014 � 128 129 130 131 132 133 134 135 136 137 City/State/Zip: Austin, TX 7&717 . ;��' � ���s�� Date ` � CITY OF FORT WORTH STAN�ARD CONSTRUCTIQN SPECIFICATiON DOCUA�EI�ITS Revised August E7, 20i2 City of �'ort Worth BY� . ��-�� �-- Fer�aando Costa Ass�siant City Manager App�•ov as to Form and Legalit� Dou . Black Assistant City Attorne� APPROVAL RECOMMENDED: � / �ndrew � Cro er•g P.E. DIRECTOR, Water Departlnent : �,_t����ii� �����:�-'< < St�L �� 1�1it. Ht�lll T�E �MQWAL ` � � �r����t4+^, w�, T-2 01-300D47 �-� ��r, � �IL v� 1 z 3 4 5 6 7 s 9 la 11 iz 13 14 15 16 S�CT�ON 00 G113 PL�RFdRM.�1NCE BOND �0613�•1 PERFORNfANC� BQNp Page 1 of 2 Bond Number: 58S2a6572 T� ST,A.T� 4F'���A.S § § KNOW ALL B'St' TT�ES� PR:�SENTS; COUNTY OI+" TARRANT § TUatwe, Austin Filter Svstems, Inc. , known as "Principal" herein and West American Insuranc� Comoanv , a corporate surety(sureties, if more tlian one} duly authorized to do busir�ess in the St�.te of Texes, known as "Suret�' h�r�in (wl�ether one or more), are b.elci an�d £i�r�rzly baund twto the City af �art Wo��h, a u�unicipal corporation cr�ated pursuant ta t�a la.vvs af Texas, known as "City" herei:n, in the �er�al sum aif 5� undred Forty-Nine Thousand. Four Hundred E hty-Three and 4411Q0's ($ 649.4$3.44 ), �wiul money of �the U��ited S�afes, to be �aid iai Fort Worth, T�rrai�t Caunty, Te�s far th� paym�nt of wbich suzn well and truly to be rnada, we bind owrselves, oux heirs, executors, adznix�istratars, successars and assigns, jointly and severall�, �rtnly by these prasents. 17 WHEREAS, tha Pr�nci�al has entered i�ta a Eerfain wi�itten contract with the City 18 awaxd�d the 23rd d�y af September , 2Q.14 , whicl� Conttact is herabyref�rr�d to a�d 19 made a.part hereof fnr all purposes as if fully set foc�th hereiu, ta fur!uish aIl materials, equipmen.t 2� labor azid flther accessories de�ned by Iaw, in the prosecutian of tlie Work, including any Change 21 Orders, as pxov�ded far in said Con�rac� dosignated as Sludge Qniy Landfill .(54L) �apair and 22 '��re�Rernaval, City�'rojeetNa, WRT-20�1.-300007. 'L3 24 25 26 27 28 NDVtI, TT�C��OR�C, tl�e candition of this abligafian is s�ah that if tl�e s�.id 1'r�ucipal shalt faifliF�illy perform it ob�xgations u�der tl�e Contract and shall in �.Il respect� duly and faxtbfully pet�'orm the Worlc, iacluding Change Orders, under tl;e Contrac#, accoz•ding to the plans, sp�ciflcatians, aud aont�-act doeum�nts tt�erein referred to, and as weal d�.�ring �ny perioct o�' exfansion o� the Ca�atra.ct that naay be g�ranted on the part of tlae City, then tliis oblig�xtion shall be aud �ecot�e null a�d void, ai�aerwis� ia remain in fuIl foz'ce and ef�'ect. 29 PROV�D�D FUk�.'��;R, tha� if a�ay ��gal antiQn b�e �led oq this Bond, �enue sball lie in 30 T'arrant Cou�Yty, T�xas ar tl�� Unsted Sta.tes Di�teict Cntu't far ikz� Not'�hern Dis� ict aF Texas, Fort 3� Wortkz Division. Cl'r'Y OF FORT W�R�H STANDARp CDN5TIjUCTION SPFiCIFTCATTC?NI70C[lMi1�IT5 Revised July �, 2D� 1 SOL. SiAPE RI:PAIIt A�I� 7'R�� Rf?11�ClVAL CiCy Projee[3+lo. WR'I'-2UO1-340407 ,.� �� r � 006113-2 PBxrO[tMANCE �OND Page 2 of 2 1 This bond is made and execated in compliance wit�x ti�e.provisions af Chapter 2253 of the 2 T�xas Gnve��zznent Codo, as amended, a.�xd al� liabilities or� this band shall be de�ermined in 3 accardance with fihe provisions of said statue. 4 TN V4�ITNE55 W�R;�O�', tkza Principal and tl�e Surety ]�ava SIGNED and SEALED � 5 tl�is instrument by duIy autharized agents and flfYicers on this the 6th day of r � 6 Or.tob�r , 2414 . 7 8 9 10 1j 12 13 �� 1S 16 17 i8 19 20 L i zz z� 2� 25 2� 27 28 29 30 31 32 33 34 35 3& 37 38 39 �40 41 42 43 A4 �FS " ,/ �^i A � S�t '�,� � nicip�cl) -SecreYary , A �tness as to Princip� � 0 . sf — .�� Wil7ness as to Surviy Lisa Torres~ Band Admin PRINCIFAL: � ,, I r]C.. � i,� .• - - BY: � � =b Signature Mark Tounq�t�� Pr -s�_.i�?nt Name and Title Address; 13653 Rutledae S�ur Austin� Texas 78�.,7_L�,._ SURETY: W�st American Insuranc� Company BY: �' ~i' L � .L'i9_-�` -�G('= �.� /S`igiiattue � ,- John W. Schuler. Attor�ev-In-Fact . Name and '�'itle .�4.cidross; $350 N. Central Exp. 5t�. 850 Dallas. Texas 75206 Telephone Numiser: _ saa_3s5-fi[��i5 ��lote: If signc�l I�y an afficer of the Sureiy Cam�pat�y, thera must be on f�rc a oet�ti�ed extract #�rom fhe by-lav�+s sho�vi�g th�tt this person has authoriiy to sigx� s�.�ch oblig€ttion. Xf �S�rety's �hysical adciress is di�`exent from its rnailing addrass, bot� n�.us# Ue pro�ided. '�'he dace o�'the band shAi] iiot 1ae priar ta th� date the Contract is awarrled. � ��TY or r•oizr waRTx 3TAIVDAFtD CQAISI'RUCTION SPL�CIFiC/�TIOA[ DOCUNfEN'C$ Revisecl.Tuly I, 2011 SOL SE�OPE REPA[It ANI7 �RFE nL:MOVAI. City pro}cctNa, WRT-20q1-30000? � .e 1 , z 3 4 5 � 6 � i I+ i I � '' 31 Y- '� 7 8 9 la xz l2 13 14 IS 16 x�c s�r�T�c oF T��s C�UNTY QF'�A.��tAN'I' SECT�ON 00 b1 14 PAYMENT BCSND OU 61 14 - f PAYM�TfT EOHD Page I of z Bond Number; 58S20fi572 § § KNOW ALL B'f� T�SE PIt�S�N�'S: § T�iat we, Austin Filter S�sterns. Inc. , I�nown as "L'rincipal°° herein, a,�d West American lnsurance Companv ' • , a corporate sutBty (sur�tias), duly authorized to do businass in the SCata of Te�s, kno�n as "Surety" herein (whether one or more), are held and �irmly bou�d unrn �re City of ForC 'Worth, a municipal cor�oratzon areated pursuant to the laws of the State a�Texas, lcr►own as "City" herein, Six Hundred Forty-Nine Thousand, Four Hundred in the �enal sut�a Of Fir��t��-Thrae and 49L100�s Dol�ars ($ 6A�9,483,44 l, �awfui money of the Unitad States, ta be paid in �'ort Wort�, Ta�rran,t Co�inty, Te�as, for the payz�ent of whieh sum viTaIl and truly be made, we bind ourselves, aur bev�s, execiytors, adininistrafiors, sucaossars and assi�s, jointly and severally, f�rmiy by these pr�ser�ts; . 17 WR�REAS, Principal has entet•ed into a certai�l wz'itten Contract vwith City, awarded the 18 231'd c#ay of Seotember . 2D 14 , vvhic� Contract is hereby xeFarred to and 19 znade a part hareaf For all �w�poses as i£ fi�11y sei farth hei�ein, to fur�isb al1 rnateri�is, equipnaent, 20 labor atzci other accessories as dafined by 1aw, i� �e prosecn�ion a�ilae Work ss providec� for in 21 said Con�ract atxc� design.Aied as Sludge [�nly Landfl] (SQL} Repair and Tree Remo�+al, City 22 Projeat Nc�. VdRT-2001-300f}07. 23 NOW, TT1�R��012�s THE CONDITXON C1� T�]�S {)SLIGATION is suc� that i� 24 principal s�a�l� pAy �l1 monies owing ta �ny (stnd a�l} payzalez�t bond beneficiary (as de�ined ln 25 Chaptor 225� of th� T�xas {io�ernment Code, as amended) in the prose�utio�n af the Wark under 26 the Contract, fhen fhis ob�igaYann shall be and hcic:orne nul] and void; otiiarwise to retnai�n iz� fuli 27 force azad effect. 2� 7'his bond �s Knacie and.�xecuted in cvmpliAnce with the provisions of C$apter 2�53 of fha 29 Tex�s Government Code, as nmez�ded, And all liabilities on this band shall be deter�nined in 34 accordanc� wiriz the provisions of said statute. crr�r o� FnRT�woxz���� 51'ANDAl2q CqNSTitUCTIDN 8P£sC]P[CATION �pCUM�]VT5 Revised July 1, 2fl11 SOL SLOPE Rfii'A[R AND TREE REMOVAL City Projeet Na, WRT-2461-300007 DOG114�2 PAYM�N'[' BOND Pa�e 2 of 2 r � 1 IN WITNESS WH�REOF, t�►e Principal and Surety have each SZGiNED and S�ALED 2 �I�is insh•urnenl; by duly authorized agenis and a�cers on tlus the 6th . day of � _ October _ __ , z014 . 4 ;r + �l ,� ti ,, ,i 5 � G � 8 ` , 9 ` 10 � 11 1 � �z ATTE� : ` .- � i� �� -" { incipal} Secret�ry . . • ,, _ i — i r — rl � W1tI1055 &.S t0 PY1t1Cl�3al ' ATTEST: � � .' � � � {��r�ty} ���. __ � , , , � , . � � � - - �, .s-�, . Witness as ta Surety Lisa Torres PIZINCi�AL: Austin Fil�g� _ ' ster�..J.�e. %� BY: � �i� -� S1 ature Mark TQungate, President �Tatx�e and Tifile Address; Austin. Texas 78717 V1.3f.5.�,[�P �ri ir SURETY: West American Insurance Cam�y ,i - _ /- �-E�ii BY: J %' ���.f � � S�tare ,r ,� John W, Schuler, Attornev-In-Fact Nat�e and Ti.tie . Address: $35Q N. Central Exp, Ste. 850 Dallas. Texas 75�Ofi Bond Admin Telephonc Nu�ber: 8QQ-365-6065 Note: If signed by an officer of ihe Surety, there must be o� �ie a cer�ifi�d exhact irom the bylar�vs shawing that this person has autharity to sig�. such obligat�on�. If Surety's playsic� address is di�£erent �rana its nnailixig address, baih must f�e provided. The daie o�the band shalI nat bs prior to the d�.te the Con�raet is award�d. END OT S�CTION �� CI7'Y bF i'q1ZT Wa�iTfi 5dL SI.OPF RSI�AIR ANU'1`li� REMUVAL ST'ANAARI? CONSTRUCTION S�ECIl�ICATIOid DOCUN3�NxS City Projcot No. WRT�20a1 30U047 Revised duiy !, 201] � i i � 1 2 3 �F S 6 7 8 9 10 I1 I2 z� 3� 15 16 I7 I8 I9 20 OD6! 19-2 MAlir!"fENANCE BONI] Page 2 of 3 NOW TH��TORE, the canditi�n af this obligatinn is s�sciz tlaat i�Pri�cipal shall remedy at�y de�ectl�e Woric, foc whioh timely notyee was provided by Cki:y, to a coLnpistion satisfactary to the City, then thzs obligafion s�aJ.l becaina null anc! void; atLiarvt+xse to remain 1n fuli £orce and ef�ect. PRQVXD�1, HOWEV�R, if Principa� shall �ai! so to repair or reeonstruct any �nnely notXced defe�tir�e Wbrk, it is agreed fhat Che City zaaa.y cause any.and all such defecfi�ve Work to ba rapaired and/or reconst�uoted v�ith al� associateci costs thereof being borne hy the �rincipal and the Surety under this Ma'sntenance bond; and PR�OVYU�D rC7RT�lt, that if a��y legal aciion b� fled on tk�as Bpnd, venua sha.11 Iie in Ta.rr�.nt Caunty�, Texas ar the United �tatas District CoUrl, fnr the Northern District af Texas, Fort Worth Divisian�; and PRQVID�D FiJRT�R, that thia obligation sl�all be continnous iu nature anc� successi-ve recflveries may be had hereon �or successit+e broaeh�s. crr�r oF .�oR-r wa�T� S7'ANIIARD GQNS"iRUCTIO1d SPECIFICA7'fON DOCUMENTS �eviscd July l, 2Q11 sni., sr,nn� n��nv� nrrn rizL�e �r�ovnL C�ly I��ojc�l No. W1z:I'•20D[-340007 TF�IS POWER OF ATTQI�NEY f5 �IOT VALID UNL�SS IT IS PRIPITED OP! REf} BACKGROUNf�: � This Pgmrer oi Attorney Ifroits the acfs of those named herein, and they have no authority to bind the Company except in ihe mannerand ta the exient herein atated. Certtf�cate No. ssoian2 American Fire and Casualty Company Liqerty Mutual lnsurance Company The Ohio Casualty Insurance.Company. WestAmencan Insurance.Company --,- _- - . � ���.�'�R O� �iiO���Y � KNOWN ALL PERSONS BY THESE PR�S�NTS: ThatAmericari Fire & Casualty Company and The Ohio Casualty insurance Company are cpr�nraiions du�y organized under the.laws o( � tfie State nf New Flam �hire, lhat Libe.�#y Mutual Insurance Ca p mpany is a corpora.fion duiy organized underthe.laws af Ihe S�a#e vf.Massachusetts; and 1NestAmerican lasurance Company. � is a corporation duly organized uriderffie laws of the Staie of Indiana {herein.collectiveiy called.the "Companies'�, �pursuanffo and by aufhorify hereln set farth, does hereby name;.eonsfitute � anda�poiirt, John �/V. Schufer: Lannv W. Land: Stevan W: Dobson; Walfer E: Bensori�;ir,.. - - �j ' � , ,_ afl0f the city of Austir� _, stafe of TX � eaon individually if there be more than o�^° �trm�e. its?�� �nd iawiu! eupmey-ii�-�c1 ko rt�e, pxecut�_ gea�, �knovxlp�+ge � and dellver far �nd 4n its behalf as surety a�tid as its �ct and deetl; any and all undadakings; bonds, recapnizances and a!h�r sure?Y oi�t,gatiuns. �'� QL1BU�^-�E U} t�SkT �7rE5?!1?3 $.nri v}���k � be as hinding upon tlie;Companies as i(they haue beeh duly signed by the.president and aitested 6y tha sn:retan� ui ilae CUf^nAne_P.� �.q �P��j fyy;q7 �;;a�gr �tiwrtnn.ry, .!_ IN WkTN�SS WI-1�R�OF, this Pbwer af AtEamey fias been subscribed by an �uthonzed officer or offiCi�l �! 11�: Co���nies �� Va e,arpc�:�� �_� �11� �wrnRanies M��� Ln:en affixetE I I theretothis 12th dayof June. _- , 2a14 �,� �. r°'' �filEr'G�:1 FI.Ei an4 Y`�ci ;aN� �'€}!!'!rgi�� � � -° 1��. � y 4.� fhe QhiO C8511s7Ik}' ETIm'ranya �,`mm��n� itl r�� • � , . .. , Gi►a��tX Mi�ls�al I�tiruranr:e Ctmipany � . �` � � � ! r. Y� i � � �-; � i , �ti i �n� 1'741 �'P51 ii1�I1G2�f1 ifT�UCB ��2 �Dfll�?!1?: •� � ' f { � �f "� ' ��,r- � � E3y: �:wv�f � .e �, -��• STATC- 4F PE�NSY�V1�iV� 55 d�!'� !�'M ����s�jStant $ecre�ar� i � i � Af ; 'd e COUh'fY 0� 2t+��,.�;'fGD}.+��2Y = O.. I � . 4�� On tfiis: �21n s�a oi ,lun�� r� 1a ,�e'�� enc� arson; li PareU david h4 Co�� , uin� acAnow9Pd ed hlm�!! �6 �}9'��?B fLs�::i��R 5�r�iary �� Ftf•'��GBn Fif�E �!ld �4 � rr, v . � r�-�r-� r A �, r ��: � Casq�lfy Company, I;ber7y Mu'.Y��1 b►Sur�nte Con'�nenw, 7�+6 C�sin C�suaftY I"`�: :ny^ COR�ra^y� n��f h�y�l AR1�nV4ir In�urY^ce Cs7mpany, �nd !"at fie as ��ch, heir�g :���{hQ^z�J r�p 1� da, �� ,� � execufelhe foregoing rns!re:,mnni !or u� purpose� +.he�::n r:onia���d L'y s�ning p�; h�.nA,n QtryP �;,nmp,BfinJ!5 I7� hirrFc, alf yaa m ri�d� ;,nJ�h�!1�� L��rBf � cr s � � 1�" � IN WlTNESS�WNEREaF, k k��? liere��nlo Subsr.nh� rtry ndn�p a"� �I}�xed r�ty �r�s►ariai se� � Ply.;��.�t�, hk�� ,�y. f�U��s�h•�^�s, oir ihF duy anU y�er iG.�� �q"^.v� w^!!�::. �� I�.� { ���'�� ����.ai O�� "'}� 4�"�� I c �" '� ' '_ Bf' - ,�� ��•� _ '_ . - __ _ . faJ '��� _ �u�... ".t�. .�nl;ii.. f��� i}�:iry..ql� i CW4idnr �'+�hlir � �• �,� o _ _ - , ' . �� . . . � �� 4,� � �d �� T[11sPowerofAttomeyiSmadean��;eGu'wdpu�5u�I�o�noUya44tiarrlyo�iilefollp�,:�By-k�wsgn�A�rt�;Cnz:-,.�'^^.SofA^�„Uan�i:s�nuC�,.=r*.-�!!;Cbt�Ww'�yiTt'R�I1]C?�25�iAI!�l.yel;rgn�n ,��� � Cib111 &11 Libert M�tual fnsurance Cc,mn� 811d 4N95! A�;1BRC9fl Mcairan_r.g C(lmr��u ��';r.h.rp�?I�nu �m Aow m Pci�1 fnmg 811d B$P.r.T rea�1i� �& tnUnu_F-s; ���j ��s �+ p Y. Y. "Y, � � � sa,� ARTICLEIV-OFFICEE�S-S2ction17.Po:;�;y!e";�^�,..°n�r,H��.�oro1;�.�roltic4a�vfthe�rxpor�ticrr+auCru�rizedlwlhtitK;ispn�.roti:nt;^gbyl�:*;:hAlrmnnarthepre�lde^I,�ndsuh;atl p� I�,�; to 5uch limita4ian �s.fhe Chairman or [hs Pr�s^i may ���:;^be, €h�!! apg�int surh a!ia:^eys-in-facL us may he r�.�.A�.�...�ry la ac1 in b�.�a?f a! ih9 Cn:�aralion to makn, �uecute. ssa�, '� ��' I�` � aeknowledge and.delivsTas surety any ar�+ a!? u��!e�+�kings: i.�n�+s, *eoogrnzanues ard �t�W �;r�ty p"!,�diions St;�lw �;±pmeys-in-lact, •,��fi gti �p l?r� irmitaYions sstlarth i�F'hPrr ra$po�±iy� �� -� �,^ pow�rs af a�tvmey, 5hall Mave #u!I pquue� ka k�^d Ehe �a;�oraCwn hy !ha„ ;;grw,;;,�� �r" aM.w:urun ui any such I,�strurr�niS and io.dtWch I�erela �he s�al �rf llie Cnrpbl,��ien. �.",��+�^ �" �""'' BxeCuted, such instruments: shall 6e as bintlin ew i1 signed b Yha P�s:�en1 and =�estetl !� G�hs Serret �^ awer nr a�:!h�n±u r�fed io an r� raseni�!�vP orattoma- in�i�ct u�Rr ��� �� 9 Y Y�� � �'1'� 7 P , 9 7 P s'- I� � the provisions o( this aiticle may.6e revoked ai arty isme by th� �,:ard. tha Ck��;m!an. �he Pre��den� t�r+�y Rhg of�!rar pr oy!CQ!:: granlsrs� suc1� T,ouuer pr eu.rfi�,.in} �� �� ARTICLE Xtll -,ExacuGon oi Contrac(s- SE�TION 5. 6ura]Y dues+�� and Ui►�rtsk�^3i..�ny a�irer ni lita CWrirany ��eh^r:f91I �hf t�1Bl �'L'!w'S..n In ;urifj^,� �y �e �r�lrman ot 11ia presiQen4, i�� .�� and suhjecitosuch hmitations as the cheirman or the �rosid�nr rnay p�sc^bP, shan a^�ninl �M��h vaitn,mg�_�n.��G�� F,'S Ri:1j+�IB !y?GPc�3!� tJ 6C1 �n!�:?8M Pi i�e Carrr�any #e m�k�, �xecuEe, ��, p�"seal, acknowledge and deliver as surery;any and all urc�P�ak�ngs. bcsnds. rt.�cwnizances a^d af"ner ;��rv4p cnli;�ions. t+��l� �nmevs-in-fael wbjeca to I:u� fmilations set iwr:!7 b► then �.� ,�� .� respective pQVve�s ofattnrneq, s�1al� have fuJl poweP lo bind,l',ie Con�,�; nu.rhr I� ai�rtglute �rtti6 exetsiion bf �� sf:.^.h i�st^.:^�, � a�d i� y!!�::n ����t� !!se syas pi 1he Corcgran.y, 1M•zn sa cs r executed suCh ins#ouments shall be as bmdmg a5 if signed_ by ht�e �re�����st es�4 altestFd by ihe s:�retary �� j 4 i�--. Certlilcate of tiesigr�ation �ihe.Presider� of fhQ Companjr;.a�ting ��ut�-�� :!� ;he ByYawsuftt�a Cam.�sny, ��lro�,�sD�vid pY4 C�:rcy.,�,�.�s+w�M 5�;;�+„ � to a; point suc3� �+Mmei�-2n �� I � as-may b$ necessa.ry to act o� hehalt_of tlie Company ta make, �:,E".L?P. 58ai, �trnp�-.rsr�C 2fld vEk.Bf i:5 S[!.�1y �!ly �.n� �li _�!1�jH',�k�^ns; b4Rw�, Y8CP�17,aRC$S �� 011?a� r;4�`��' obligalians. _ � � Aitthoriiation - By unanimbus collsei� of the Campenys Baard of 6irectors: �he Casnpany ear;senis that f�;simi� or i^R�henic�l3y reproduced slnn�tura o: a^y �ss�s�r�nR �eC�tary �i th� ,I •. Cnmpany, wherever appeanng upon a certifieu ca�sY of p^y p�u�er at at►omPy i�.sued by the Gomrany u� Cnnnection wtlh sur4+y ttinn�t5, 3ha�4 �ae ti�a1�a ��d �=n.�!!!a t�nn YhP CM!^�any with 1he same #arce and eflfect as though manuaUy aifa•P�i �. I; Gregory W. Davenport, theUnd@rsigned, Assistan± Se�ret�ry, �f Ame:�can Fu � end C:..al.��i!y G^mrary, The ��ro �asuany �ns:.;�^ce Cempany. �ihan� f;N;}e���� ]f15Lranvn C:y�rmgn� 3i �� � V41est Amencan lnsurance Company dv hereby cerfiiy :h� �n? �;,���� Fo!�!�r of a"omRy n! v�";�1i !h� i�y^Cir� 15 1 �ull, I«IP r7�fj LCI�^2^; r.nnW �ryj Illa �ospEf f�? AttanSey BxP.Cu1�d pj� S3I� Com�ai+i�s, is in iull force arid e_i(ect and h�as nof been revQked. I . �.' ; � . IN TE5TIMONY WHEREOF; Lhave fiereunto s(�Y�iy h�a�d and aitixed ih= �e�ts cf s�d CvmpAn�eS ihtS Lr .--tlHy v! {�;'�! �.�,� �- f i- , Fi�,�� . IL 1`�� +` x ��� .�� f�i �'�r�, f+ ��� �9ifi �4 a�? 19'rs 6+: o-- I '��� ��L_, -.��'� �'fi}�t"� r�,.s�� ���, - ^•(ar�'QOfV.VJ C}ftYC!1�74fk,A193iW:W:13ew(y1M��, � . . _.=r ' �.^,7 . �I u � � E.M6_ 7�;!?� 1�2f11"a /ij �f',�yn I - I.4i��3�'�� y�'�ztt�E��I �m�or��r�� ��tic� TO �BTAIN INFORMATION OR TO MAKE A COMP�AINT: You may write to Liberty Mutuaf Surety at: Liberty Mutual S�rety Interchange Corporate Center 450 Piymouth Raad, 5uite 400 Plymouth Meeting, PA 19462-8284 You may contact the Texas D�partme�t of Insurance to obtain information on companies, coverages, rights or camplaints at: 1-80Q-252-3439 You may write the Texas Depa�tment of InSurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:llwww.tdi.state.tx.us E-mail: ConsumerProtectionCc7tdi.state.tx.us Premium ar Claim �isputes Sho�ld yau have a dispute concerning a premium, you should contact the agent first. If you have a dispute concerning a c�aim, yau s�ould contact the corr�pa�y first. If the dispute is not resolved, you may cantact the Texas Department of Insurance. , Attach �his Rlotice io Your Policy: This notica is far informa�ion only and doe5 not become a part rar condition of th� ` attached dacument. � LMIC-3500 Page 1 of 2 Rev. 7.1.07 ,� 1.M ���z�=�.�f �1��it�i��� I�Oi0�1��1���N �f�I����A.R��'� PARA OBTEN�R INFORMACIQN O REALIZAR UNA QUEJA: Usted puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccifin: Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede eontactar al Departamehto de S�guros de Texas para a6tener informacion acerca c�e las companias, cob�rturas, derechos o quejas: 1-80�-252-3439 I.' Usted puede escribir a! De�artamento de Seguros de Texas a la siguiente direccion: , P. O. Bax 1 �9104 Austin, TX 78714-9104 . Fax: (512} 475-1771 � Web: http:/lwww.tdi,sfate.tx.us ° ' E-mafl: CansumerProtectionCa�tc�i.state.tx.us Disputas acerca de primas n reclamos En caso de que usted quiera elevar una disputa cancerniente al tema da primas, por favor contacte en primer lugar a su agenfe. Si el tema de la disputa es relativo a un reclamo, por fa�or cor�tacte a ia compa�iia de seguros en primer termino. Si usted considera que la disputa no es aprapiadamente resuelta en esias instancias, entonces ust�d �uede contactar al Departamenta de Seguros de Texas.. Adjunte esta notificacion a su polixa: �sta notificacion es a los solos fines de s� informacion y la misma no forma parke o condicior�a de manera alguna el dacumenta adjunta. LMIG350d Page 2 of 2 Rev. 7.1.07 i I► �' ��, � r !I� �� � � I A- � ,��e��,��t � oF s�,� �� CEitTi�ICATE DF INCORPOIR,ATION QF AUSTIIQ FILTER SYS�'EMS, �NC. CHAATER N[IMSER 699981 The underaigaed, as Secrctary af Skate nf the 5tatc oP Texas, hereby certifiea that ,4rticlea of Ineor}�oratiqa Tor the above corporation diely signed and �erified pursuant to the provisiotuv pf Yhe Texas Busioess Corporation Act, have been received in this office and are found to confarrc� tn [aw. ACCORD1IVGLY the undersigr�ed, as such Sscretary ok' StaEe, and by virkue of tha authority vested in him by iaw, hereby issues this Certifcate of Incorporation and attaci�es hereto a copy of the Articies of Incorporation. Dated ��TL 11 g4 19.--. .!� ,� ,;� Ji ��}_iy : M1Sv 1 ,� f;'�� �k�f. f � i,� � k� ��'�,�,:� ���� � y � ` .;..: .eidri�Mr.�C/ —7 . Secrefary� uf 51ate / %' A4[40.3 1^ t�e [3�f�SEa aff ¢Pte ARTICI,E9 OF INCORP4RATIDI+I �ecr^•^..,. ni �."`• - -'"Ti�aev� oF {��R 111964 AUSTIN l'ILTER SY5TEM5� INC. Clark A The ssndersi ned �. Nevin Shaffer, Jr. a natural��D�g�nns8eet9un g , , persq❑ o£ the age of �ighteen {18) years pr more, acting as incorporator of a corporation under the Texas Husiness Corporation Act, hereby adopts �.he falJ.owing Artic�es of Incorporation.fox such corporation. Articie One The name o£ the corpozatian is Assstin Filter 5ystems, Inc.. Article Two The period af its dura�i,an is pErpetual. Article Three The pusposes �ar which the corporation is organized are: 7[`o enqage in any lawfuZ purposes £or which corporations may }�e organized under the Texas Business Corporation Act; and . To buy, sell and deal fn personai propezty, xeal property and services subject to Part TV of the Texas Misaella.r�eous Corpo�a�ions Laws Act. Ax�ticle Four Tha aggregate number of sheres which the corporatinn shall ' have authority to issu� is ten thousand (ZO,D00) shares of na pax value, Article Fiva The co.rporation wi3l not commence business until it has IlA received for the issuanoe of its shares consideration of the value pf one thousand dollazs {$]„p04.00) consisting oE monep, labor done or pzopex'ty aatvally received. �� . -• -. -- - --- - - - y �- , .Axtiole 5a.x TYze street ad&ress o£ its initial registered o�fice a.s I220 Colbrado, Sui.te 200, Austin, Texas 787p1 and the name of its initial x'egistered agent at such address is S. Nevin Shai�er, Jr. Articla 5even The number of directors constztuting the initial board of directors is three (3) and the names and addresses of the persons whv are to sarve as directors untii the first annnal meeting of �he sharehol.ders or untii their successors are elected and qualified are: F�laxvin C. Toungate 46U4 Iluval Austin, Texas 79727 Mark A1an Toungate 1Z602 Treeline Drive Austin, Texas 78729 Raymond L. Tounc}ate 48D4 DuVal Austin, Texas 78727, Article Eight The name azld address of the incorpozaror is: J. Nevzn Sha£ker. Jz. 1220 Colorado, Suite 200 Austin, Texes 7870I. Atticle Nine The board of directors is expr�ssly authoriaed to make, alter ar amend bylaws of the corporation or to adopt new byi.aws. �ti.cle Ten The directors and officers of the corporation sha13. be indemnified by the oprpora�iozi agaxnst expenses aetually and necessarily incurred b� them in connection with the defense of any act�.pn, suit or proceeding in which they are toade a party Hy reason of their being or having baen directors or o�ficers of the Articles o£ Tncorporatzon Fage 2 corporation (whether thex continue to be such di�ectors ox o£ficers at the time of incurring such expensesj, except in relation to matters as to which they shall be adjudged in such actiox�, suit or praceeding to be liable £or neqligence or misconduct in the performance of theix' dutie5 as such o�ficers or directors. SucY� right o£ indemni.£zcation sl'iall, not #�e deemed exclusive of any other rights to which they may Iae enta.tled hereunder or under any bylaw, agreement, vote of stockhoiders or othexwise. The oorporation shall ha.ve the right to intasvene in and defend all such aations, suats or procee[iings brought against any present or foxmez directors or offic�rs of the corporation. Whenever in th9.s paraqraph directbss or o�ficers are referred to, such referenees shall be inciusive of their hezrs, executors and ac3ministrators. . ~ Article Eleven No hoZder of any shares of any class of stock of the corpara�tion stxalJ., as such holder, have any pre-emptive or pre�erential sight to receive, pti�'ehase or subscrabe to {1} any • u�issued or tzeasury shares of any class of stock {whether now or herea£ter au�.horizedJ o€ the carporation, (2) any obligations, evidences of indebtedness or other securities of the corporatipn converti�le into or exchangeable for, or carrying or acaompanied bg any rights to recei.ve, purchase or subscri.be to any such unisszted or treasuzy shares, (3) any riqht of subscription to or to receive, oz any warrant or option for tha purchase of, any of the foregoing securities, and (4} any other securities that may be issued o= sold by the carporation, ather than such (i� any) as Articles of Ilicorpo=atiOn Page 3 the Saard af Directors af the corparation, in its soZe anci absolute discretion, may dstermine from �ime ta time. A�ticle Twel.ve The corporation shall have right of first refusaZ Ca purchase any additias�a7. or previously issued shares of the corporation, Shaxektolders Hesi=ing to sell shares of tYie carporatipn must first notify the carporation of its intentio7n to sell so thax tha corporation may exe�cise this right of first re£usa3. IN W�TNESS WHEREOF, the undexSigned has executed these Articies v£ Incorporation ox� this' '�'%�] day o£ ''/-r�/'J � , 1984. �i'v - •- - �- .�..c,,... ,7. l�evin Shaf er, Jr. STATE OF TEXAS } . } COUNTY 4F TRAVIS ) I, a notary pu2�lic, do here]oy certify that an this �/i� dap of %'� _, 3984, personalfy appeared be�ore me J. Nevin Shaffer, Jr., who being by me �irst duly swarn, declared that he is the person who signed the foregoing document as irscoYporator, and that the statements therein eontained are tsue. 7' � � J Notary lic an or the State of Texas Pr1� t��N�me o otary My oomm ssip�,�expires: � �y� � cosporadoas secuv� '�E o�c, Gwyn 8�le� P,Cf.Bax 13697 5 .� Secsctary of Staie Austi�,T�xasT6711-3697 ``� � `� � Y �ffffnce of �1�� S�cu�et�Qy o� S�aae �1�tTIT`I�A',i� ��' ANd]GNDN�ENi' �� AUSTIN F�C.TER SYSTEMS, INC. 69998100 '['txe undersi,�ned, as Secretary of �tate of Texas, hereby certifies that the attached Articies of amendment for the above named entiry �ave 6een received in this nf�ice and have been found to conf'orm to iaw. ACCO�DIt+TGLY the uudersigned, as 5eciretazy of State, �ci by virtue oi the authoxity v+ested in the Secretaryhy law hereby issues this Certificate nf Aznendmeni. Dated: 07/24/2003 Effective: 07l24/2403 � �� Gwyn S�ea Secretary of State Articles aE xncorporation CamevisitusantheinterneeatlutpJlwww.sosssat�-�.u�s/ pag6 q PHDNE(512} 4fr3-5555 FAX(Si2} 463-5709 'iTY7-1-1 r�p� ry: r.��d. eoo� AI2TICLES O� AME1vDMENT TO TI�T AR'A'dCLE5 OF INCORPORATIQN Pursuant to the pzovisaons o£ arlic4e 4.04 of the Texas Business Carporation Act, fhe undeas'sgned cotporation a&apts 2he fo[Iawing artic[es of amendment ta its az�icies of incorporation. ARTICLE 02�iE The name af the corporatinn is A�vstin Filter 9ystems, inc. ARTICLE TWQ The foiiowing amendment w the articles of zncozporaaon w�as adopted hy the shaseholders of the corporation on the nineteenth day of 7une, 2003. T3ye amendment alters rn changes arciele(s} six, seuen and eight oF the original articles of incorporation and the fiill text of each provision as altered is as fallows: Article Six 'I'he street address of i#s registered office is 13653 RutEedge Spur, .4ustin, Texas 78717-1 Olb. The nams o£zfs xegzste�ed agent at such address is Mark Alan TvuFsgate. Ariiele Seven 't"he ntur�ber of d'arectoxs cous4turing the board af directors is two (2) and tha nsmes and addresses of the persons w�o are to serve as directors untit such time as it is changed by the sharebolders or u�t�l theu suCcessors are alected and qusiified aze: h�Iark Alxn Toungate 1} 300 Sierra Blanca �reSideQtiChaizmazt o£i�e Board A��tin, Texas 78726 Itachel Dlson 2707 Hopewell Court Secretary Leander,Texas 78641-2422 Article Eight '!'he name and address of Yhe registesed agent az�d 1�0°/a skiarehalder (10,00Q shares) of the corporation is: Mark Alan Toungate -- 11300 Sierra Slanca, Aust'sn, Texas 78725 ARTICLE THREE 'Fhe mmmher of shares of the �.orporation issued at the time of such adoption was ten thousand (lO,OQtl); and tbe numbez of sizares entitled tn vate thereon was ten thousand (10,0�0). AIZTICLE FaUR The nuxnbex of shares voted for such amendment evas ten thousand (Z D,D00); and the numbex of sE�ares voted against such azn.eadment was zero (0}_ Articles af Amend:nea.t tv the Articles of Incorporation Page F IN WI'IN�SS V�i€iFAED�, the undersigned hss executed tItese .4rticles of Aznendment ta the Articles of Incorparation on this 21" day of .iulv. 2603. 1VEark Alan T gate President/Chairman of the Hoard 5TA'TE OF TEXAS COUN'TY OF WII,LTAtvYSON I, a noSary public, do izezeby certify that on this 21�` day of 7ulv. 2003, nersonally appeared befoie me Mazk Alan Tottngate, vvho being by me fust du3y sworn, deciazed fhat he is the person w6a signed the foregoing document as PresidentlCh�=*�A� o€the Board, and that the statements tkerein contained are irue. j� ��� C�''` � ��� Rach1 O son—Frinted Name o�Hotary srore o� re,�o� 1�Fotary public in and for the State af Texas �_ __' MY CofMt. E�p _08114I�Q3 M Co�nmissson � ises: fl8119/2 d3 - - Y �P � Articles of Amendment ta tk�e Articles of Fncorpora6on OOb1Z5-1 CERTIFICATE OP INSURANCE Fage 1 of 1 � 2 3 4 5 b 7 8 9 10 11 12 13 lA 15 16 17 18 19 2a 21 22 23 s�cTYON oa �1 �s CERTIFICATE OF iNSURANCE �ND OF �ECTION CITY OF FORT WORTH S�AIVDA1tD CQNSTRUCTIOt�! SPECIFICATfON I?QCUMENTS Revised luiy l, 20l 1 SOL SLOPE REAAIR slND TI'tEG IiEMO d'AL Crty Prajec! Na. G�RT-2Q0I-300007 ���~� STAIlTDARD GENERAL C011TD�T�ONS �F THE CONSTRUCT�4�T COI�fiTRACT . y i ;! i� .� .� i !, .� �".Y OF FORT WORTI-I S�i�AiVDARD CONSTFLUCTION SPECIFCATIO%f DOCL{MENTS Revision: Decern6er21, 2412 STANDAFtI� GENERAL CONDTTIONS �F THE CONSTRUCTIQN CONTRACT TABLE OF CO�l1TENTS Page Article 1— Def nitions anc� T�rminology ....... .................................................................. 1.01 Defined Tertns .............................................................................................. �.02 TerminoIogy................. .................................,....:.........,............................... Article 2 — Preliminary Matters .............................................................. 2.01 Copies ofDocuments ......................................................... 2.02 Cammencement of Gontraci Time; Notice to Pcoceed..... 2A3 Starting the Work ............................................................... 2.04 Be£ore Starting Construction ............................................. 2.05 Precanstruction Conference ............................................... 2.06 Public Meeting ................................................................... 2.d7 Znitial Acceptance of Schedules ..............................1 ..............................1 .............................. 6 ............. ....... ...................................... . 7 ........................................................... 7 ........................................................... 7 ........................................................... S ........................................................... 8 ........................................................... 8 ............................................... 8 ...........................,................... & Article 3— Contract Dncuments: Zntent, Amending, Reuse ............................................................................ $ 3 . O 1 In ient . . . . ... . . . ... . . . . . ... . . ... . . . . . . .. . . . .. . . . . . .. . . . . .. . . . . . . . . .. . . . . .. . . . . . . . .. . . . .. . . . . .. . .. . . . . ... . . . . ... .. . . ... . . . . . ... . . . . . . . .. . . . . . . . .... .. 8 3.02 Reference Sta�dards ......................................................................................................................9 3.03 Reporting and Resolving Discrepancies .......................................................................................9 3.04 Arnending and Supplementing Cantr�ct Documents .................................................................10 3.OS ReUse of Documents ...................................................................................................................10 3.06 Electronic Da�a ............................................................................................................................1I ArticIe 4— Availabil'zty of Lands; Subsurface and Physical Conditions; Hazardous Envaronmental Con.ditions; Raference Points ...........................................................................................................11 4.01 Availability of Lands ................................... _...........................................................................1 I 4.02 Subsur�ace and Physical Conditions ..........................................................................................12 4.03 Differing Su}�surface orPhysical Condifions .............................................................................12 4A4Undergtound Facilities ............................................................................................................... � 3 4.Q5 Reference Points .........................................................................................................................14 4.q6 Hazardous Environmental Conditian at Site .............................................................................. I4 Article5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ................................................................................................... Ib 5.02 Perf�rmance, Payment, and Maint�nance Bonds .......................................................................16 5.03 Cei�tificatesofInsu�•ance ...............................................�--.......................................................,...16 S.a� Contractor's Insurance ................................................................................................................18 5.05 Acceptance ofBonds and Insurance; Option to R�plac� ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supezvision and Superint�ndence ...............................................................................................19 CITi' OF FORT WOEZ'FH 5I'tIM�ARL1 C4NSTRUCTION SFECIFCATiON DOCUMEN'C5 Revision: Dececn6er21, 2012 � r � b.02 G.03 6.04 6.05 6.06 6.07 6.08 6.09 6.I0 6.11 6.12 6.13 fi.�4 6.15 61b 6.17 6.1 S 6.19 5.20 6.21 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................20 Services, Materials, and Equipment ...........................................................................�...............20 ProjectSch.edule ..........................................................................................................................21 Substitutesand "Or-Equals" .......................................................................................................21 Cancei�ning Subcantractors, Suppliers, and Others ....................................................................24 WageRates ..................................................................................................................................25 Patent Fees and Royalties ...........................................................................................................26 Pe�its and Utilities ............................:.......................................................................................27 Lawsand Reguiations ....................................................................................................... ......27 Taxes...........................................................................................................................................28 rJse oiSife and Other Areas .......................................................................................................2$ RecardDoeuments ......................................................................................................................29 Sa%ty and Protection ..................................................................................................................29 SafetyRepresentative ..................................................................................................................3� Hazard Communicatinn Programs .............................................................................................30 Eznergencies an�lar Reetification ...............................................................................................3D Submittals......................... ....................................................................................................... 31 Contin.uin.g the Work ...................................................................................................................32 Contractor's General Warranty and Guarantee ..........................................................................32 �ndem�ifcation .........................................................................................................................33 Delegatian ofProfessinna! Design Services ..............................................................................34 Rightto Audit ..............................................................................................................................34 Nondiscrirnination....................................................................................................................... 35 Article 7- Other Work at the 5ite........ 7A1 Related Wark at Site........ 7.02 Caordinatian ..................... ......................................................... ......................................................................... .............. ...........35 ............................ 35 ............................ 3 b Article 8 - City's �tesponsibilities ...................................................................................................................36 8.01 Communications ta Con�ractor .................................................................................................... 36 8.02 Furnish Data ...........................:....................................................................................................35 $.Q3 Pay When Due ............................................................................................................................36 8.04 Lands and Ease�ents; Reports and Tests ......................................... ......................................36 8.Q5 Change Orders .............................................................................................................................36 $.�6 Ix�spections, Tests, and Approvals ....... ...................................................................................36 8.0`i Limitations on City's Responsibilities ................................... ............................................... 37 ..... $.08 Undisclosed Hazardons Er�vironmental Condition ......................:.............................................37 8.09 Compliance with Safety Progr�n ...............................................................................................37 Article 9- City's Observation Status During Canstruction ........................................................................... 37 � 9.01 City's Project Representative ..........•••••.37 - � 9.02 Visits to Site ................................................................................................................................37 9.03 Authorized Variations in Work ..................................................................................................3$ I 9.04 Re�ecting Defectiv� Work ..........................................................................................................3 $ • 9.05 Deterrninations for Work Performed ..........................................................................................38. 9.06 Decisions on Requirements of Contract Docutnents and Acceptability of Work ..................... 38 CTTY bF FOAT WORTH STAN]]ARD CONS'IRUCTIQN SFECIFCATIOIV D()CiIM1LNT5 RevisioR: pecemUea21, 2012 Article 10 -- Changes in tne Work; Clainns; Exfra Work ................................................................................38 10.01 Authorized Chan.ges in the Work ............................................................................................... 38 10.02 Unauthorized Changes in the �lork ........................................................................................... 39 I0.03 Execution af Change Order� ....................................................................................................... 39 1�.04 Extra Work......--• .... ....................................................................................................................39 10.05 Notificatian to Surety ..............................................................................•.................,.................39 10.b6 Contract Claims Process .............................................................................................................40 Articte 11- Cost af the Work; Allowvances; Unit Price �ark; Plans Quantity MeasureEnent........ .............. 41 t1.01 Cos� oithe Work ................................................................................ .....................................41 11.02 Allowances ..................................................................................................................................�43 1 � .03 Jnit Price Wark .................................,.................................................................................,......44 11.04 Plans Quantity Measurerneni ......................................................................................................45 Article 12 - Change of Contr�.ct Price; Change of Contract Time .................................................................46 12.Q1 Change af Contract Price....... .....................................................................................................45 12.02 Char�geofContractTime ................................................................................,,..........................47 12.03 Delays........ ..............................,.......................................................,...........,...............................47 Article 13 - Tesis and Inspections; Correctian, Removal or Acceptanca of Defectzve Work ...................... 48 13.01 Natice of De%cts ........................................................................................................................48 13.02 Access to Work ...........................................................................................................................4$ 13.03 Tests and Inspectians ..................................................................................................................48 13.0� Uncovering Work ........................................................................................................................49 13.05 City May Stop the Work..........�» .................................................................................................49 13.06 Coz�rection or Rernoval of Defective Work ................................................................................ SD 13:07 Correction Periad ........................................................................................................................5Q 13.�8 Acceptance ofDefective Work ...................................................................................................5� 13.D9 City May Correct Defective Work ............................................................................................. 51 Article 14 - Payments to Contractor and Completzon ....................................................................................52 � 4.01 Schedule af Values ......................................................................................................................52 14.02 Prograss Payments ......................................................................................................................52 �4.03 Gonlxac�or's Wan-anty vf Title ................................................................................................... 54 14.04 Partial Utilization ........................................................................................................................ SS 14.05 FinalInspection ...........................................................................................................................55 14.46 Fi�al Acceptance ................................................::.......................................................................55 I4.07 FinaI Payment ..............................................................................................................................56 14.08 �'inal Cornpletion Delayed and Partial Reiainage Release ........................................................56 ] 4.09 Waive�• of C�azzns ........................................................................................................................ 57 Article 1S - Suspensian of Worlc and Terminaiion ........................................................................................ 57 15.01 City May Suspend Work ............................................................................................................. 57 �S.Q2 City May Ter�ninate fbr Cause .........................................................�...................................,.....58 15.03 City May Terminate For Convenie�ce .......................................................................................60 Article16 - Dispute Resoa�tion ......................................................................................................................61 16.OI Methods and Procedures .............................................................................................................61 C1TY OF FOIiT VJOItTf-T STAIVdARD CONSTRUGTiON SPECIF'CATION DQCUNiENTS Revisian: Daoernber2l, 20i2 ArticleX7 — Miscellaneous ..............................................................................................................................62 17.01 Giving Notice ..............................................................................................................................62 I7.02 Computation of Tirnes ................................................................................................................ 62 17.03 Cumulative Remedies .................................................................................................................62 17.04 SurvivaI of ObIigations ............................................................................................................... b3 17.05 Headings ......................................................................................................................................63 � � � .� i f 1 G � I � c rry or ro�T wox�rx STANDARD CQN51Ri3CTIDAf SPECIrCAT10N dQCUMEtYT5 Revision: Daccm�er21, 2012 0072DO-1 General Conditians Yage 1 0#'63 ARTICLE 1— DEFINXTIONS AND TERMINOLOGY 1 A I Defined Terrns A. Wherever used in these General Conditions nr ua other Contract DocUnnenis, the terms Iisted below have the meanings indicated which are applicable to botk the sin�ular and plural thereaF, and words derzoting gender shalI include the masculine, feminine and neuter. Said terms are generaily capitalized ar written in i#alics, but not alwa�s. When used in a context consistent with the defin.ition of a listed-defined tenn, the terrn shall ha�v� a meaning as de�ined below whether capitaIized or italicized or o�erwise. Ir�, addition to terms specifically defined, ternns with initial capital letters in the Contract D�cuments include references to id�n�.i�et� ar�icies and paragrapk►s, and tlae titles oFother documents or forms. 1. Addenda—Written or graphic instrumenis issued prior to the opening of Bic�s which clarify, correci, ar change the Bi�.ding Requirements ar t�ie proposed Contract Documents. 2. Agreer�rent--The written instxurrfent wvhich is e�idence af the agreement between City and Contractor co�ering the Work. 3. Applicaiton far Payment—The form acceptable to City which is to be used by Contractor during tha course of the Work in requesting progress or �nal payments and which is to be accampanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any rnaterial thaf contains �ore than one percent asbestos and is friable or is releasing asbestos fibers into the azr above current action le�rels established by the United States O.ccupational Safety and H�atth Administratian. S. �I�vard — Authorization by the City Council for the City to enter into azz Agreement. 6. Bid—The off�r or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Waz-k to be perfarmed. 7. 13idder—The individual or entity who submits a Bid directly to City'. 8. Bidding Documents----The Bidding Requirements and the proposed Contract Dncuments (including all Addenda). 9� Bidding Requiremer�ts The ad�ei�tisement or Ir�vitation to Bid, Instructians ta Bidders, Bid security of acceptable for�, if any, and the Bid Form with any supplements. 10. Bu,�iness Day — A business day is def ned as a day that the City conducts normal business, generally Monday thraugh Friday, except far fedetal or state holidays abserved by the City, � I. Buzzsaw — City's on-line, electronic document management and collaboratian sysiern. 12. Calendar Day — A day consisting of 24 hours mea��rrad from inidnight to the next midnight. CiTY OF FORT WOTtTH STAI�iDAEZD CONSTRUCTTON SPECIPCAT[OI� DQCUML-'N'T5 Revision: Dacember2l, 2012 oo�zoa-r General Conditions Page 2 of 63 ' 13. Change Order—A dacunnent, which is prepared and approved by the City, which is signed ,_ by Contractor and City and authorizes an additian, deletion, or revision in t�e Work or an ad�ustmen� in the Contra�t Price ar t�ie Contract Time, issued on or after tl�e Effacti�e Date � of the Agreement. 14. City— The City of �'ort Worth, Texas, a home-rExle municipal corporation, authorized and � chartered under the Texas State Statutes, acting by its go�erning body through its City Manager, his desigr�ee, or agents auth:ori�ed under his behalf, each af which is required by ` j Charter to perfo�rn specific d�ties �rith responsibili�y far final enforcement of the contracts �� in�volving the City of rort Worth is by Charter vested in fhe City Manager an.d is the entity with whozx� Cantra.ctor has entered into the Agr�ement and for whom the Wor�C is to be I I perfnrmed. 1 S. City Attor�ney — The officially appointed City Attorney of the Ciiy o� �'ort Worth, Texas, or �is duly authorized representative. 16. Ciiy Council - The duly elected and qualified go�erning body af the City of Fort 1�orth, Texas. 17. City Manager -- The officially appointeci and anthorized City Manager of the Ci�y of �'ort Warth, Texas, or his duly authorized representative. 1$. Contract Claim--A dernand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or boih, or other relief with respec# to the terms of the Contraci. A demand for rnoney or sarvices by a third party is not a Contract Clairn. 19. Contr•ac#—T'�e entire a.nd integra�ed r�ritten document between the City and Contc�actor concerr�ing the Wark. The Con�ract contains the Agreement and all Con.t7ract Documents and �� � supersedes prior negotiations, representations, or agreements, whether written ar oraL '; i 20. Cantruct Docur,nents—Those itetxas so designated in the Agreeanent. AII items listed in the , Agreement are Contract Documents. Approved Submittals, other Contractor submitta�s, and the reports and drawings af subsurface and physiaal conditions are not Contract Documents. 21. Contract Pr�ice---The moneys payable by City to Cantractor far campletion of the Work in accordatxce with the Contract Document� as s�ated in the Agreement (subject to the provisions ofParagraph 11.03 in the case af Unit 1�rice Wark}. 22. Contract Tame---The numbar of days or the dates stated in the Agreement to: (i} achieve Milestones, if any and {ii) conaplete the Work so that it is ready for Fin.at Acceptance. 23. Contractor The individUai ar entity with whom City has entered inio the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. � : iY OF FORT WORTH �:, l ANDARD CONSTRi1CTION SI'ECIFCATION DOCUMEN"I'S Revision: December2l, 2012 oo�zao-i General Conditions Page 3 of 63 25. Darraage Clainzs -- A demar�d for money or sezvices arising from #he Praject or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. I�ay or day -- A day, untess otherwise de�ned, shall mean a Calendar I]ay. 27. Director of �lvration — The officia,�ly appoinfed Director of the Aviation Department of the City oi Fort Worth, Texas, or his duly appoint�d repres�ntative, as�istan�, or agents. 28. Directar of Parks and Community Se�vices — The offcial�y appointed Diractor of the Parks ar�d Community Services Department afthe City ofFort Worth, T�xas, or hzs duly appointed representative, assistant, or ag�nts, ZJ. DT�'ECtOY Of Planni�g and D�veloprraent — T�e officially appointed Dir�ctor of' t1�e Planni�ng and Development DeparEment of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Di�ector af Transporiation P�sblie LT/or�ks -- The officially appointed Director of the Traansportation Public Worl�s Department of tha City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31, Direetor of Water Deperrtrraent — The afficially appointed Directar of the Water Department of the City of For� Worth, Te�cas, or his duly appainted representative, assistant, ar agents. 32. Drawings—That part af the Contract Documents prepar�d or approved by Engineer �hich graphically S�OWS the scope, extent, and character of the Wark to be perforimed by Contractor. �ubmittals are r�ot Drawings as so �.e�n.ed. 33. Effectave Dcate of the Agreerrtent--The date indicated in the Agreezxient on which it becames effective, but if na such date is indicated, it means the date on which th� Ageeement is signed and deliverec� by the last of tl�e two parties to sig,� and deliver. 3Q�. Enganeer The licensed professional engineer or engine�ring %rm registered in the Staie of Texas performin� professional ser�ices for the City. 35. Extra Work — Additional work zn.ade necessary by changes or alterat'rons of the Contract Docuzxzents or of c�uantities or for other reasoz�s for which no prices are provided in the Contrac� Documents. Extra worlc shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which doas not rn�ol�e a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders aire paid from Field 4rder A1lawances incorporated into th� Contract by funded wark type at the time of award. 37. Final Ac�eptance — The written notice given by �e City to the Contrac�or that the Worlc specified in tk►e Contract Documents has been campleted to the satisfaction of the City, CI"IY QF C'ORT WOIt7'FI STANDARI] CONSTRUCTION SP�CIFCAT[�hI DO{:[.TMENTS Revision: Decernber2l, 2012 oo7zoo-i Cseneral Canditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to �erify �hat the Con�ractor �ias , completed the Work, and each and every part or appurtenance fhereof, fully, entirely, and in � conformance with the Contract Documents. 39. General Reguiremenls—Seciions of Divisian 1 af the CQntract Documents. 40. Hazardous �nvironmental Condition—The presence at the Site af Asbestos, PCBs, Pet�•aleum, Hazard�us Waste, Radioactive Material, or ather materials in such quantities or circumstances that may present a substantzal danger to persons or property exposed thereto. 41. Hazardous Waste Hazardaus waste is defined as any solid waste listed as hazardaus or i � possesses one or more hazardous characteristics as defined in the federal waste re�lations, � as amended fram time to fime. . �2. Laws araci Regulations—Any anc� all applicable laws, rules, reguiations, ordinances, codes, ' I and orders of any and ali gavernmental bodies, agencies, authorities, and courts having ' ' jurisdi�tion. 43. Liens—Charges, security interests, or enc�zxi.brances upon Project fi�nds, real property, or personal property. 44. Major Item — An Item of work included in t�e Contract Do.cuments that has a total cost equal to or greater than S% of #he original �on�ract Price or $2S,OQ0 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating Co an inte�mediate Contract Tizne prior to Final Acceptance of the Vl�ork. � 46. ll�otice of Award The written notice by City to the Success�ul Bidder siating that upon , � timaly campliance by the Successful Bidder with the conditions precedent lis�ed therein, City will sign and deliver fihe Agreezx�ent. 47. Notice to Proceed—A vvritten notice given by City �o Contractor �ixiztg the dat� on which the Coniract Time wilI commenee to run and on which Contractor shall start ta perform the tiVark speciiied in Contract Documents. �8. PCBs—Pa�ychlarinated biphenyls. 49. Petrodeum�---P�troleu�n, including cruc�e ai1 ar any fraction thereof which is iiquid at standard • conditions of temperatUre and pressure {60 degrees FaI�renheit and 1�.7 pavnds per square inch absolute), such as oil, petroleum, fuel oil, ai1 sludge, oii reiuse, gasoline, kerosene, and � oil �nixed with other nan-Hazardous Waste and crude oiis. 50. Plans — See de�r�ition of Drawings. � � j •_:;"["Y pF FORT WDRTI� � STANDARI7 COAiSTRUCTIQN SPECIFCATION DQCUMENT5 Revision: becember2l, 2012 U07200- l General Gond'stions PagaS oi63 51. Project Schedude A scnedule, pt�epared and maintained by Contractor, in accardance with the General Requirements, describing fihe sec�uerzce �nd diu�ation of th.e activitiss comprising the Cont�ractor's ptan to accomplish the Work within tI�e Contract Time. S2. Praject The Work to be perfo�ed under the Contract Documents. 53. Project Representative—The authari�ed representatzve of tl�e City who will be assigned to tl'ic Site. 54. Pu81ic 1Vleeting — An annaunced nneeting conducted by ihe City to facilitate public par�i�ip�.tion azid io as�ist the public in gaining ?n ;rf�rmed view of the P:-oj�ct. SS. Radioactive Mate�-ial—Saurce, special nuclear, or byproduct materia2 as defined by the Atomic Energy Act af 1954 {42 USC Sectian 2d11 et seq.) as amended fram iime to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m,, Monday thru Friday (excluding legal holidays). 57. Samples—Physical examples af materials, equipment, or workmanship thai are representattve of some portian of the Work and which establish the sianda.rds by which such po�ion of the Work will be judged. 5$. Schedule of Submtttais A schedule, prepared a�nd xnaintained by C�ntractar, af required submittals and the tirne requiremenis ta suppart scheduled performance of related cortstruction activities. 59. Schedule of values—A schedule, prepared and rnaintained by Contracto�, allocating portions of the Conix�act Price to varioUs portions of the Work and used as the basis for reviewing Contractor's Applications for Payrnent. 60. Site—Lands or a�reas indicatect in the Contract Docwnents as being fizrn.ished by City upon vvhich ttle Work is to be performed, incIuding rights-of-way, pertnits, and easeme�tts for access thereio, and such other lands fu�r►ished by City which are d�sign�ted for the use of Contractdr. 61. Specifications—That part o#' the Contract Docuznents consisting af written requirernents for matexxals, equipment, systems, standards and wor%mansh.ip as applied ta the Work, and certain administrative requirements azid procedural matters applicable thereta. Speci�'icatians may be specifically made a part of the Contract Documeats by attachment ar, if not attached, may be incorporated by r�ference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor f1n individual or entity having a direct contract with Cantractor or with any other Subconfractor for the performance of a part of the Work at the Site. CITY OP F'ORT WQRTH STANDAI2D C�NSTRi7CTIQN SPE�IFCA'ITON DOCUMENTS Revision: Doeember2l, 2012 no �2 on - t c���«i cona��«�5 Paga b of63 63. Submittals—A!1 drawings, dia.grams, illus�rations, schedules, ar�d other data or inforrnatian which are specificaIly prepared or assembled by or f�r Con�ractor and subm.itt�d by Contrac#or to illustrafe some portion o�the Work. 64. Successful Bidder—The Bidder submitting the lovvest and most responsive Bid to whom City makes an Award. 65. Superantendent — The representative of the Contrac�or who is available at atl times and able to reeeive instructions from tl�e City and to act for the Contractar. fb. Supplementary Co�ditions—Tkaat part of the Contract Documents which amends or supplements these G�neral Conc€itions. 67. Supplier=A m.anu�act�rer, �abricator, supplier, distrihutor, rnaterialman, ar venddr having a direct contract vvith Contractar or �+iti� any Subcontractor to furnish materials or equiprnent to be incorparated in the Work by Contractor or Subcontractar. 68. Underground �'aeilities Ali undergro►�nd pipelines, conduits, ducts, cables, wixes, rn�nholes, vaults, �anks, tunnels, or ather such facilitiEs or attachmen.ts, and any eneasemenfis coniaining such facilities, ir�cluding but not limited to, t�ase thai con�ey electricity, gases, steaz�n, liquid petroleum products, teleghone or other cammunications, cable tele�vision, water, wastewater, storm water, ot�er �iquids or chemicals, or traff�c or other contz-ol systems. 69. �Init 1'rice Wark—S�e Paragraph i 1.43 af these Genera� Canditions %r d��inition. 7�. Weekend Working Haurs — Hours beginning at 9:00 a.rn. and ending at S:Od p.m., Saturday, Sunday or legal holiday, as approved in advance by ihe City. 7I. Work `I�e entire construction or the variaus separately identi�able parts thereof required to be provided under thE Contract Documents. Work includes and is the resuli of perforrning ar praviding all iabor, services, and documentation necessary to praduce such construction including any Change Order or Field Order, and furnis�ing, installing, and ineorporating all znaterials and equipment into such construc�ion, all as required by the Contract Documents. 72. Wor�king Day — A working day is cie�z�ed as a day, not inc3uding Saturdays, Sundays, or l�gal holidays authorized by the City �'ar contract purposes, in which weather ar other conditions not under #he control of the Contractor wiii permi# the p�rformance of the principal �nit of work underway for a continuous p�riod of not less than 7 hours between 7 a.m. and 6 p.m. I.Q2 Ter�minology A. 'The words and terrns discussed in Paragraph I.02.B thj•ough E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated mear►ing. B. Inient of Certarn Terms ar Adjectives: f fY qF FORT WORTH 5 fANDftRI) CO[JSTRlJCf10N SPEGIFCATIQN BOCUMEN"1 S Revisian: Ekcemher2l, 2012 ao 7z oo - f General Conditions Page 7 oF 63 7'�1� Cb111:I'aCi DOCL1i11erit5 IriGI1,IC�0 ��1� teCixl5 "�S a110W�C�,» "as approved," "a5 OX'C�eP�f�," "aS direci�d" or tezms of Iike effec� or import to autk�orize an exercise of juagment by City. Zn aC�C�ltlOri, t�l� s�C�jeCtiVeS "areasonable," "SUlfab�e," "acceptable," "proper," "satisfactory," Qt adjectives of Ii�ce eff�ct or im,port are used ta describe an action or determinution of�ity as to the Work. It is intended that such exercise of profcssional judgrnent, action, ar determination will be solely to evaluate, in general, the Work for compliance with the information in the Contrac� Docuznents and vvith the design concept of the Project as a functioning whale as shown or indicated in the Contract Documents (unless ther� is a specific staiement indicating otherwise}. C. De, fectav�: X. The word "de%ctive," when modifying the ward "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Cantract Documents; or b. does not meet the requirernents of any applicable inspection, reference stancfard, test, or approval referred to in flte Contract Documents; or c. has been c�aznaged prior to City's written acceptance. D. Fxs�^nish, .lnstall, Pe�form, Ppavide: 1. The vvord "Furnish" or the wnrd "Tnstall" ar tha word "Parform" or thc word "1'rovide" ar fihe. word _"Supply," or any_ combinatian. ar_.. similar directi�e or usage thereof, shall r�ean �urnishing and inoorporating in the Work incIudin� ail n�cessary Iabor, rxiaterials, equipment, and e�erything necessary to perfaz-m t�e Work indicated, unless specifically liznited in the contexi used. E, Unless stated atherwise in the Contract Docuzx�.ents, vvQrds or phrases that have a wEII-known technical ar construction industry or trade meaning are used iri the Contract Documents in accordanae with such recognized meaning. ARTICLE � — PRELIN.iINARY MATTERS 2.01 Copies nf�acuments City shali furnish to Con�ractor nne (1} original executed copy azid one (1) elect�anic copy of the Contract Documents, and �our (4) additional capies of the Drawings. Additional eopies will be fiirnished uporz request at the cost of reproduction. 2.02 � Commencement of Contract Ttme,- Notice to Pr�oce�d The Contract Time will commence to run on fhe day indicated in the Notice to Proceed. A Notice to Proceed may be given at any tim� within X4 days after the Effective Date of t:he Agreemeni. CP3'Y OF FORT WORTI! STANDl�E2D CONSTRUCT[DN SPECIPCAT[dN DOCUIvIENT5 Revision: pecertsber2l, 2012 60 72 00 - 1 General Conditions Fage 8 oC63 2.03 Sta�-ting the Work Cantractar sha11 start to perfor� the 'UVark an the date when the Con.tract Time commences ta run. No Work shall lae done at the Site prior to the date on which the Con�raci Time eammences to run. 2.Q4 Before Starting Const,~a:tetion Baseltne Schedules: Submit in �accordance vvi#h the Contract Documents, and prior to starting ihe Worl�. 2.05 Preconst��ection Conference Before any Work at the Site is started, �the Contractoz- s�all attend a Preconstruction Conference as specified in the Contrac# Documents. 2.06 Publac �leeting Cont�ractor may nat mobilize any equipment, mate�rials or resources to the Site prior to Contractor attending ihe Public Meeting as sci�eduled by the City. 2.07 Inifial Acceptanee of Schedules No progress payment s11a11 be made to Contractar until acceptable scheclules are submitted to City in accordance with the Schedule Spe�ificatian as provzded in th� Contract Dacuments. ARTICLE 3— CONTRACT DQCiSMENTS: INTENT, AMEND�NG, REUSE 3A1 Intent A_ The Cant�act Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Cantract Docuzx�ents to describe a fizncfionally cor�plete project (or part thereo fl ta be constructed in accordance wzth. the Cont�'act Documents. Any labor, documentation, services, rnateria�s, ar equipment that reasonably may be infezxed frorn the Contiract Documents or from pre�ailing custom or trade usage as being required to produce the indicated result will be pxovided whether or not specificaIly cailed for, at r�o additionai cost to City. C. Clariiications and interpretations af the Contract Documents shal! be issued �y City. D. The �pecifications may vary in forim, fo�-mat and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and soxne sections may be relatively narrative by comparison. Olnission of such words anci phras�s as "the Contract�r shall," "in conformity with," "as shown," ar "as speci�ted" are inientional in str�amlined sections. Omitted words and phrases shall be supplied by inference. Similar types of pxovisions may appear in various parts of a section ar articles withzn a part depending on th.e �ormat oF the ::i'!�i' s}p FpRT lk`ORTH S'fANDARD COIVSTRUCTIpN SPEC�'CATTON DOCUM�N'iS Revision: Dece�n6er21, 2412 oo�zaa-� General Condiiions Pa�e 9 of 63 seetion. The Con�racior shall not take advantage af any variation of form, format or style in making Contract Claims. E. The cross referencing of specificatiot� sections und�r fhe subparagra�h heading "Related SEctians include but are not necessarily Iimited to:" and elsewhere witk�in each Specification section is provided as an aid and convenience ta the Contractor. The Contractar shall not rely an the cross referencing pro�ided and shall be respnnsible to coordinate the entire Work under the Contract Docuznents and provide a complete �roject whether or not the cross re£erencing is provided in each section or whether or not the crnss referencing is camplete. 3.02 Refer�nce Sta; ��u �'; A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specif cations, manuals, or codes oi any technical saciety, organization, or association, or �o Laws or ReguIatians, whether such reference be specifie or by implication, shall meazx the standard, specification, manual, code, or Laws or Reguiaiions im effect at the time of opening of Bids (or on the Ef�ective Date of the Agteement i£ there were no Bids), except as may be otherwise specifically stated in the Cantract Docuzxzents. 2. Na pro�ision of any such standard, speci�catian, manual, or code, or any iur�truction af a Supplier, shall be effective to chaz�ge the duties or responsibil�ties of City, Contractar, or any of their subcantractors, consultants, ag�nts, or employees, frozx� those set %rth in �tl�e Contract Doeu�nents. No such provision or insi�ction shail be effective to assign to City, or any of its officers, directars, members, partners, emplo�ees, agents, consultants, or subcontractors, any duty or auihority to supervise or direct tha performance o�the Work or an.y duty or authority to undertake responsibility inconsistent with the provisions of the Contract Dacurnents. 3.03 Reporting a�td Resolving Disc�epancaes A. Reporting Diserepancies: 1. Cantractor's Revie�v of Cont�rrct Documents B�fope Startang YYor�lc: Before undertaking each part af fihe Work, Contraetor shall �arefully study and compare the Cant�ract Documents and check and veri£y pertinent figures therein agaizast all applicable field measurements az�d conditions. Gontractor shall pramptly repo�-t in writing to City atiy cantIict, error, ambi�uity, or discrepaney which Cont,�'actar discovers, or has actual knovaledge of, and sha11 obtain a written interpretation ar clari�catian fram City before proceeding with any Wdrk a�'fected thereby. 2. Contrcrctar's Review af Cantract Dacunzents During Performance of Wor�k: If, duiting the perforn:xazice of the Work, Contractor discavers any conflict, ezmor, ambiguity, ar d'zscrepancy within the Cantract Documents, ar between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, speci�cation, manuaI, or code, or (c) any instruction of any Supplier, ther� Contractor shall pramptly report it to City in writing. Contractor shall not proceed with the Work affected thereby {except in an emergency as reqUired by Paragraph CTTY OF FpIZT WORTH STA,NDARD CONSTRCJCTTON SP6CIFCA'CTON DOCLIMENTS Revision: D�ace�n6�r21, 2012 no�zoo-� General Conditians Page 30 ofb3 6.17.A) until an amendment or supplement to the Contract Docu�nents has b�en issued by ane of the methods indicated in Paragraph 3.04. 3. Contractor shal� nat he liable to City %r �'aijure to report any conflict, error, atnbiguity, or discrepancy in the Contract Documents unIess Cor�#ractor had actuaI knawledge thereof: B. Resolving Discrepancies: � 1. E�cept as may be otl�erwise specifically stated in ihe Contract Documents, the provisions of , the Contract Documents shall talce precedence in resol�ing any conflict, error, ambiguity, �r discrepancy between the provisions of the Contract Docuz�nents and the provisions of any £ standard, specification, manual, ar the iaxstruction af any Supp�ier (wk�ether or not speci�cally ineorparaied by �reference in the Contract Dac�aments). 2. In case af discrepancies, figurec� dimensions shall govern over scaled dimensions, Plazas s�aIl govez�n aver Specifications, SUpplementary Conc�itions s�all govern Qver General Conditions and 5pecificatians, and quantities s�.awn on the Plans sh�ll gavern oaer thase showx�. in the propasal. . 3.Q4 Ar�zending and Sa�pplerraenting Contract Documents A. The Contract Doc�xments rnay be amended to provide �or additions, deletions, and revision.s in the ViJark or to zx�odify the terms and conditions thereof by a Change Order. B. The req�xir�ments of the Contract Documents may be supplerizented, and rr�inor �ariations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more ofthe follovs+ing ways: I . A Field Order; 2. City's review of a Submittal (subject to the provisions of Pa�agrap}� 6.1$.C); or 3. City's writ�en interpretation or claxification. 3.05 Reuse of Docurr�ents A. Coniraetor and any Sub�antractor or Supplier shal! not: ,,, 1. Y�ave or acc�uire any title to or ovw+nership righ�s in any of the Dra�vings, Specifcations, ar other documents {ar copies oi any thereo� prepared by or bearing the seal flF Engineer, � including electronic rnedia editians; or i ,•. 2. re�ase any such Drawings, Specifications, other documents, ar copies tl�ereof on extensions o� ihe Project or any other project wi#hout written cansent af Ciiy and speci�c written verification or �daptation by Engineer. C: tTY OF FORT WOK'I"H STANDARD CONSTRUCTIQN SPECCFCA7TON DOCC7ME1dTS ' Revision: Dacem1xr21, 2012 oo�zoo-� General Conditions Page 11 af 63 B. The prohibitions of this Paragraph 3.05 will survive final payraent, or tcrmination of the Cantract. Nathir�g herein shall preclude Contractor from retaining copies af the Contract Documents for record purposes. 3.Ofi Eleclronic Data A. Unless otherwise stated in the Stapplementary Conditions, tlie daia furnished by City or Engineer to �ontractor, or by Contractar to City or Engineer, thai may be relied upon are limited to the printed capies included in the Contract Documents (also known as hard capies) �nd other Speeifications referenced azid located on the City's Buzzsaw site. Files in electronic zxiedia f�armat of text, d�ta, g;-aphi�s, or other types ar� fi,�rnished only for th� co�Y�nience of the receiving party. Any conclusian ar info��rnation obtained or derived from such elect�anic files wi11 be at the user's saIe risk. If there is a discrepancy between the eIectronic �ales and the hard copies, th� hard copies govern. B. When transferring dncuments in eIec�-onic media format, the transferring party zx�akes no representations as to long term compatibiIity, usability, o�• reac�ability of documents resulting from �e use of software application pacl�ages, operating systezns, or computer hardware differing from thnse used by the data's creator. ARTZCLE 4— AVAILABILZTY OF LANDS; SUI3SURFACE AND PHYSYCAL CONDITIONS; HAZARDOU� ENVIRONMENTAL CONDITYONS; REFERENC� POINTS 4.01 Availability of Lands _ A. City. 5ha11_furnish the Site. City shalLnotify Contractor of any enctambrances or res�rictions not af general agplication but speeiiicalIy related to use o�the Siie r,vith which Cantractor must comply in per�'o�ing the Work. City wil� obtain in a timeIy ma�ner and pay for easements for pez�t�anent structures or permanent changes in e�isting facilities. 1. Th� City has obtained or ant�cipates acquisitioz� of and/or access �o right-of �cray, and/or easezxaents. Any outstanding right-of-way at�d/or ea�ements are anticipated to be acqu�red in accordance wit� the schedule set fai�th in the Supplementary Conditions. Th� Praject Schedule subrnitted by the Contractor in aecordanca with the Contract Dacuments zx�ust co�sider any outstanding right-nf-way, and/or easaments. 2. The City has or anticzpates rernoving andlar relocating utilities, and obstruction.s to the Site. Any outstanding remavaI Qr relocation o�uti�itzes or obstructions is anticipated in accordance with the schedul� set forth in the Supplementaiy Conditions. Ti1e Project Schedule submitted by the Contractor in ancnrciance with the Contract Documents rnust con.sider any out�tanding utilities or obstructians ta be removed, adjusted, and/or relocated by otl�ers. B. Upon reasonabie written request, City shalI furnish Contractor with a cu�nt stateznent of reeord IegaI tit�e and legal description o£the lands upon which the Work 1s to be perfortned. ci� or• r•�x�e wor�� STANDAIi.D CONSTRUC"[TON SPECIFCATION DOCUMENTS Revssion: December2l, 2012 ao7zaa-� GeneraE Conditions Page 12 of63 C. Contractar shaIl provicte for aIl additiona� lands and access thereto that zx�ay be required for construction faciiities or storage ofmaterials and equigment. 4A2 Suhsurface and Pdrysical Condations A. Reports and Dravvings: The Supplementary Canditions identify: I. those reporis knowri to City of explarations and tests of subsurface conditians at or contiguous to the Site; and 2. those dra�wvings known to City of physical conditions relat'rng to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Re7iance by Contractor on Technical Data Authorized.• Contractar may rely upon the accuracy of tl�e "tec�nical data" cantained in such reports at�d dxawings, but such reparts and drawings are not Contract Doeuments. Such "technical data" is identi�ed in tl�e S�pplementary Condition�s. Contractor may no� make any Coniract Clairn against City, or any Qf their officers, directors, rnembers, partners, employees, agents, cansultants, or subcontaractors with respect to: I. �he aompleter�ess nf sucI� reparts anci drawmgs for Contiractor's purposes, including, but not limited to, any aspects. of the zx�eans, methods, techniques, sequez�ces, and procedures of cans�t�action to be employed by Contracfar, and safety precautions and pragrams incident thereto; or 2. other data, interpretations, opinions, and info�ation cantained in such reports or shawn or indicated in such drawings; ar � 3. any Contractor interpretatian of or conclusion drawn from any "technical data" ar any such other data, interpretations, opinions, or infortnation. 4.03 Differrng Subsurface or Physical Coraditions A. Notace: �f Contractor believes that any subsurface or p�ysical condition that is uncover�d or revealed either: 1. is of such a nature as to es#ablish that any "technical data" on which Contractor is entitled to re�y as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a na�ure as to require a change in the Contract Documents; or 3. differs materially from that showz� or indicated in the Contract Dacuments; ar 4. is of an unUsual nature, and differs ntaterially from conditions ordinarily ex�countered and getteral�y� recognized as inherent in wark af the chara.cter provicl.ed �or in the Contract Documents; ..' i'1'Y OF FORT WORTN STANDf\IZD COIwfSTRUCTfON SI3ECIFCATION �OCUM�."NTS Ravision: Dacemher2l, 2012 OD7204- [ Ganeral Cond�tinns Page [3 0€63 then Contractor shall, pr�nr�ptly af�er becomi��g aware thereo� and before further disturbing the subsurface or physical conditions or }�erforming an.y Work in conne�tion therewith (axcept ira an ezanergency as required by Paragraph b.17,A}, notify City in writing about such condition. B. Possible Pr�iee and Time Adjustme�ats Contractor shall not be entitl�d io any adjustment in the Cantract Price or Contract Time if 1. Co�tracior knevv of the existenc� of such canditions at the tiane Contrac�or made a£'ina� carnmi�nent to City with respect to Contract Pcice an.d Contract Time by the submission of a Bid or becorning hound unde_r a n�gc�tiated contract; or 2. tr�e existence of such condition couid reasonably have been discovered or revealed as a result of the exaznination af the Contract Documenfs or the Site; or 3. Cantrac#or failed to give the written notice as requiz�ed by Paragraph 4.03.A. 4.Q4 Undergra�nd Facilities A. Slaowra or Indacated: The information azad data shown or indicated in the Contract Documents with respect ta existing Underground Facilities at or contiguous to the Site is based on inforimation and data furnished to City or Engineer by the owners of such Underground Fa,cilities, inc�uding City, or by other�. Unl�ss it is otherwis� expressly provided in the Supplementary Conditions: l. Ciiy and Engineer shall not be responsible for the accuracy ar com�i�t�ness of any such i�farmaiion or data �ro�ided by othez•s; and 2. the cost of ail of the fol�owing wi11 be included in the Contract Price, and Contractor shall have fu21 responsibility far: a. reviewing and checking all such information and data; b. locating all Undetground Facilifies shown or indieated in the Contract Documents; c. coordination and adjustment of the Wark with the orvners of such Underground Facilities, including Ci�y, during construction; and d. the safety and protection oi all such. Underground Facilities and repairing any dannage thereta resulting from the Work. B. Not Show�t or .Indicated: ' 1. If an Underground Facility vvhich conflicts with the Work is uncov�red or revealed at or contiguaus to the Site which was not shown or indical•ed, ar not shawz� or indicated with reasona�le accuracy in the Con�ract Docuzr�,ents, �ontractor si�all, promptly after becoming aware the�•eof and b�fare further disturbing condztions affecied thereby ar performing any CITY OF FQRT WORT"FT STANDt1RD CONB`iRUCT[OI�I SFECIFCA'ITOPi DOC[I11�1�I�S Revision: ]]ecember2l, 2D l2 ao �z ao - t General Cnnditions Page l4 of 63 Work in con�ection therewith (except in an erriergency as required by Paragraph 6.17.A}, identify the owner of such Underground Fanility and gi�e notice to �hat owner and ta City. City wilj review the discovered Underground Facility anci determine the extent, if any, to which a change may be required in the Contract Dacuments to reflect and dacument t�ie consequences of the existence or loeation of the Undergroun.d Facility. Contractor st�aIl be responsible for the safety and proxection of such discovered Underground Facility. 2. If City concludes that a chaaage in the Contraci Documents is required, a Change Order may be issued to reflect and document such cansequences. 3. Verification of existing utilities, sL�uctures, az�d service lines shall include notification of all �xtiiity compax7ies a min'rrttum of 48 hours in advance of construction including exploratory ��cavation if necessary. �.d5 Reference Points A. City shall provide engineering surveys to establish r�;ference po�nts for construction, which iri City's judgment are necessary to enable Contractoc ta proceed with ihe Work. City will provide construction stakes or other customa.ry method of marking to estahlish line and grades £or roadraaay and utility const�-uction, centerlines and benchmarks for bridgeworl�. Contractor shall protect and preserve the estahlisheci re%rence points and property tnonuments, and shall �a1ce n� changes or relocations. Contractar shall report to City wfienever any reference poi�t or property maz�ument is Iast or desiroyed or requires relocation because of t�ecessary changes in. grades or locat'rons. The City shaIl be responsible for the replacement or relocation of reference points ar property mon�ments not ca�relessly or wil�fully destroyed by t�e Cantractor. The Cantractor shalj notify City in advance a�d with suf�cient time to avaid delays. B. Whenever, in the opinion of the City, any reference paint or monument has been ca�relessly nr willfully destroyed, disturbed, or removed by the Cantractar or any o� his empioyees, the full cost for replacing such points pIus 25% wi11 be c�arged against the Cantractor, and the full amount will be deducted from paytnent due the Contractar. 4.05 Haaardous Environinental Conditian at Site A. Reporis and Draryvings: The Supplementary Conditions identify thase reports and drawings known to City relating to Hazardous Environmental Conditions that have been ider�tified at the Site. B. .Lirytited .�elaance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of th� "te�hnical data" contained in such reporis and drawings, but such repor�s and cirawings are not Cantract Doeum�nts. Such "technical data" is identified in the Supplexnentary Canditions. Cantractor may not make any Cont�aci Claim against City, or any of �heir officers, directors, xneknbez�s, partners, empIoyees, agents, consultants, or suhcontrac�ors with respect to: the comp�eteness of such reports an.d drawings for Contractor's purposes, incl�xding, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of �_' I�fY OF FORT WORTN ST'AIVDARD CONST[tUCTIQN SPECIFCATIOA! DOCEJMENTS Revision: I7aceant�er21, 2fl 12 OD 7Z p0 - I Genera] Conditions Page l5 of53 consiructrton ta be eznployed by Contxactor and safety precautions and pragra.�nn.s incident th.ereto; or 2. other data, interprefations, opinions and inforxx�ation contained in such reports ar shawn or indicated in such. drawings, or 3. anq Contractor interpretation of or concl�xs�an drawn from any "technical data" or any suc� other dafia, �nte�pretations, opinions or informatir�n. C. Contractor sha.11 not be responsible for any Hazardous Environmen.tal Condition uncovered or revealed at th� �ite which was nat shown or indxcated in Drawings Qr SpP�i��ati�ns �x identified in the Con�act Documents tp i�e within the scope of the Work. Cantractor shall be responsible far a Hazardnus Environrnental Condition created with any �naterials brought to the Site by Contractor, Subeontractors, Suppliers, ar anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous En�+ironmental Conditio� or if Contractor or anyane for whom Cont�-actar is responsible creates a Hazardous Environmental Condition, Cantractor shaIl imrnediately: (i) secure or otherwise isolat� such candition; (ii) stop all Work in con�ection with sucb condition and in az�y area affected thereby (except in an emergency as reg�aired by Paragraph 6.17.A); and (iii) notify City (and promptIy thereafter confirm such notice in writing). City may consider the necessity to retain a quali�ed expert io evaluate such condition or talce correciive action, if azty. E. Contractor sk�all not be required to resume Wark in coxu�ection with such condition or in any affected area untiI after Ciiy has obtained a�y reyuired permits related thereto and delivered written notice to Contractor: {i) speci�ying that such candition and any affected area is or has been rendered suitabte For the resum.ption of Work; or (ii) sp�cifying any specia� conditions under which such Work znay be resumed. �. Tf after receipt of such written notice Contractor does not agree to resurne suc�i Work based on a reasonable belief it is unsaFe, ox c�oes not agree to resume such Work under such special conditions, then City anay oz-der the portion of the Work that is in the area affected by such condition to be deleted f'rom the Work. City may have such dele�ed pa�tion of the Work per%rmed by City's own forces oz- others. G. To the fudlest �acLent perrnitted by Laws and Regulatians, Contraetor shall indePranify crnd hold �iar�nless City, frona and against all claaxns, costs, losses, and damcages (includfng but not limited` to all fe�s and cha�ges of enginee�s, architects, attorneys, ana' othe� p�ofessionals and all cour�t o� aNhitratio�r or other dispute resolution casts) arising out of or relating to rr Haza�daus Environmental Cortdition created by Conts-actor aY by anyone for whorn Contractor is responsible. Nothirtg an this Paragraph 4.06.G S�arr o�iligate Contractor to inder�nify . any individ�rqC or entity from and against the consequences of that individual 's or entity's own negligence. H. The provisions of Paragraphs 4.02, �,43, and 4.04 do not apply to a Hazardous EnvironrrlentaI Candition uncov�red or revealed at the Site. CITY OF FOi2T WORTH 57"ANQARD CONS'I'RUCTION SPECIPCATION DOCUMENTS Revision:l7ocemt�es21, 201 Z OQ 72 QO - l Ge�eral Conditions Paga ! 6 df 63 ARTICLE 5— BONDS AND INSURANCE 5.OI Lacensed Suretfes arad Insurers All bonds and insurance required by the Contract Documents to be purchased and �aintained b� Contractoi• si�all be obtained from surety or insurance cornpanies that are duly licensed or authorized in tl�e State of Texas to issue bonds or insu�rance policies for #he limiis and coverages so required. 5uch surety and insurance co�panies snall also nneet such additional req�irements and qualificatians as may be pravided in the Supplementary Canditions. 5.02 Performance, Payment, rxnd Maintenance Bonds A. Contractor shall furnisI� pe�`t�ormance and payinent bonds, in accordance with Texas Gavernment Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithfiil performane� and pa}rtnent of all o� Contractor's obliga#ions under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect �.e City against any de%cts in any portion of the Work described in the Contract Documents. Maintenanne bands shall remain in ei'fect for tw� (2) years after the date of �inal Acceptance by th.e City. C. All bonds shall be in the form prescribed by the Cantrac� Doc�aments except as provided otk�erwise by Laws ar Reguiations, and shall be e�ecuted by sUch sureties as are narned in the list of "Campanies Holding Certifica�es of Authoriiy as Acceptat�le Sureties on Fedecat Bonds and as Acceptable Reinsuring Campanies" as published in Circular. 570 (amended) by the Financial Management Ser�ice, Surety Bond Branch, U.S. Depa.rtment of the Treasury. All bonds signed by an agent or attorriey-in-fact must be accampanied by a sealed and dated power of attorr�ey which shall show tliat it is effective on tk�e date the agent nr attorney-in-fact signed each bond. D. If the surety an any bond furnished by Contractor is decla�red bankrupt or becomes insolvent or its right to do business is te�inated in the State of Texas ar it ceases to �neet �e requirements of Pa�ragraph S.a2.C, Cantractar shall promptly notify City and shall, wrthin 30 days after the event - giving rise to snch noti�cation, provide anather bonci and surety, both of which shall cornply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Cert�cates of �nsuYance Contractor shall detiver to City, with copies ta each addition�I insured and lass payee identified in t�ae Suppletnentary Conditions, certificates of insurance (and ather evidence of insurance requested by City or any other additionai insured) which Contractor is required to purchase and mainiain. L Th� certificate of insurance shall docutnent the Gity, and all identified entities named in the Supplementary Conditions as "Adciitional Insured" on all Iiability palicies. :�I'fY OF FORT WaRTH S"fA3�DARD CONSTRlfCTION SPECII"Ct1TION DOCiIN�,NTS Revision: Daceml�r21, 2012 ao7z�a-i Ge�teral Conditions Page t7 of63 2. The Contractor's general liability irrsurance shall include a, "per project" or "per lacata�n", endorsement, which shall be id�ntified in the certificate o� insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Proper�y & Casualty Guide 4. Th� insurers far alI policies must be lieensed and/or approvad to do busine�s in the State of Texas. Excep� far workers' compensati�n, all insurers must have a minimum rating of A-: VII in the caz-rent A. M. Best Key Rating Guide ar have reasonably equivalent financial strength and solvency i� t1�e sa±i�facti�n of Risk Managernent. If �he rating is belo�v that required, written approval o� City is z-equirad. 5. All applieable policies shall include a Waiver o� SUbrogation (Rights o� Recovery) in favor of the City. In addition, the Contractar agrees to �uvaive alI rights of subrogation against the Engineer (i#' applicable), and each additionaI insured ideniified in the Supplernentary Conditions 6. FaiIure of the City to demand such certificates or other evidenoe of fiill compIiance vvith tne insuran.ce requirern�nts or faiIure of the City to iden�ify a deficiency from evidence that is provided shall not be construed as a waive�• of Contractor's abligation to znainta.in such lines of insurancs coverage. 7. If insurance policies are not written for specified covarage lunits, an Umbrella or Excess Liability insurance for any differences is reyuired. Excess Liability shall follow form o� the -primary coverage. Unless atherwise stated, all required insurance sha11 be written on the "occurrence basis". If coverage is �anderwritten on a claims-made basis, the retraactive date shatl be caincident with nr prior to tk�e date af the effective date of the agre�meni and the certii�cate of insurauce shalI state ihat the covera.ge is claims-made and Che retx•oactive date. The insurance coverage sha11 be rnaintained #'or the c3u��a�ion of the Contract and, %r three (3) years folfowing Final Acceptance provided under the Cantract Documents or for the vciarranty period, whichever is Ionger. An annual certi�cate of insurance submitted to the City shali evidence such insurance ca�erage. 9. Policies shall lzave �no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decreas� �he lirz�,its of said c�overage unless such endorse�nents are approved in writing by the City. In the event a Contract has been hid or exec�ted and tk�e exclusions are determined �o be unacceptable or the City desires additianal insurance coverage, anci the City desires the contractor/engineer to obtain such coverage, the conttact price shall be adjusted by the cost of the premiUm for such additianal coverage plus 10%. 10. E1ny sel� insured retention (SIR), in excess of $25,oaa.00, ai%cting reyuireti insurance caverage shall be approv�d by the City in regards #o asset value and stockhoiders' equi�y. In C1TX pP FORT WORTH STAM]ARD CONSTRUC'�'InN SPECIFGATION DOCUMENT'S Revision: Deceanbes'21, 2012 ao �z oo - t General Conditivns Page t S of fi3 lieu of t��ditiana� insurance, alternati�v� coverage maintained through insurance poois or risk retention groups, must also be approved by Ci�y. 11. Any deductibie in excess of $S,OOQ.00, for any policy thafi does not provide co�erage on a first-cfollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the znsurance requirements and ta make reasonable adjustrnents to insuraz�ce coverage's and their limits when deemed necessary and pzudezzt by th� Ciiy based Upon changes in statutory law, court decision or the ciaims history of thc: industry as well as of the contracting part�y to the Gity. The City shall be required to provide prior notice a� 40 days, and the insurance adjustments shall be incorporated into the Work by Charige Order. 13. City shall be entitled, upan written reques� and witlzout expense, to receive copies of palicies and endorser�ents thereto and may make any reasonable requests for delet�on ar revision or modi�cation.s of particular policy terms, conditions, lirnitations, or exclusinns necessary to conform the policy and endorsemen#s to tl�e requirem�nts of the Cont�act. Deletiotis, revisions, or modifications shall not be required where poliey pr�visions are established by law or regulat�ons binding upon either party ox �he underwriter on any sUch: policies. 14. City shall not be responsible for the direct pay�ment o� insurance prerx�iuzn costs fnr Contractflr's insurance. 5.04 Corztractor's Insurance � A. Workers Compensatinn and Employers' Liabilit,�. Contractor shail purchase and �nain#ain such insurance caverage with limits consistezat with statutory benefits outlined in the. Texas Workers' � Cozx�pensatia�a Act (Texas Labor Code, Ch. 405, as a�nnended), and rninimum lim.its for Ernployers' Liability as is appropriate for the Work being performed and as will provide protection from claims set %rth belor�v rvhich may arise out of or result from Contractor's performance of the Work and Confaracfor's otl�er obligations under the Contra.ct Documents, . � whether it is to be performed by Contractor, any S�bcontractor or Supplier, or by anyone direc�ly or indirectly employed by az�y of �em to per£arm any of the Work, or by anyone %r rvhose acts ' any of them may be liable: 1. claims under workers' campensatian, disabi]ity henefits, and other similar employee benefzt acts; 2. claims for damages b�cause of bodiIy injury, occupational sickness ar disease, or death of Contractor's employees. B. Commercial Gerterc�l Liability. Coverage shall incl�de but not be limited to eovering iiability {i�odily injury or properiy dam.age) arising frorn: premisesloperatio�s, independent contra�tors, productslcompleted operations, persanal injury, and lia�iiity under an insured contract, rnsurance shall be provided on an occu�•ence basis, and as comprehensive as the cuz-rent T�surance Services Off'tce (ISO) palicy. This insurance shall apply as primary insurance with respect to any ather ' I' � '�' OF FpRT WQRTH s'CAIVDARD CONSTRUCTiON SPLCIFCATIQN DpC[1MEN"1'S Revision: Deceml�er21, 2012 oa�zoo-i General Conditians Page 14 of 63 insurance or self insurance progra►ns afforded to tYte City. The Cotnmercial General Liabilit� palicy, shali have no exciusions by endorsements that vcrould alter of nuilify premises/operations, praducts/cornpletec� operations, contractual, personal injury, ar adv�rtising injury, which are normally contained wifh th� poIicy, unl�ss the City approvPs such excIusions in writ�izxg. For construction �ro,jects that present a substan#ial completed operation exposure, tl�e City may rec�uire t�►s contractor to maintain cornpleted operations coverage for a minimum of no less than three (3} years %llowing the coanpletion of the projeci (ii identified in ihe Supplementary COiIC�i�1pI15� � C. Au�onsabade Liabilia�. � eamr�ercial busir�ess auto policy sYiall �,�avide coverage an "any aui�i", defined as autos owned, hired and non-awned and provide indemnity for claims for datnages becayse bodily injury or death af any person and or propez-�y da.mage ailsing out o� the work, maintenance ar use af arny zxzotor v�hicle by tk�e Contractor, any �ubcontiractor or Supplier, or by anyane directly ar indirectly employed by any of them to pez�£orm any of the �Vork, or by anyone for w�ose acts any ofthetra rnay be liahle. D. Rarlraczd Proteetive Liabrlity. If any of the worlc ar any warranty work is within the limits of railroad right-o%way, the �ontractor shaIl camply with the reauirem�nts ideniified in the Suppletnentary Conditions. E. , Notification of Policy Cctncellatiorx: Contractar sha11 imrnediate�y noti£y City upon canceIlation or other lass of insurarice cnverage. Contraotor shali stop work until repIacernent insura.nce has been procured. There shalI be no time credit for days not warked pursuant ta this section. 5.05 Acceptcrnce of Bonds-and Irrsu�ance; Option to Repdace If City has any objectior� to tne cov�rage af£orded by or other provisians of the bands or insurance required to be puxchased and maintained by the Cantractor in accordanee with Article 5 an the basis of non-conformar�ce with th:e Contract Dacurnents, the City shall so n�tify the Contractor in writing wi�thin 10 Business Days after receipt of the certificates (or otner e�idence requested). Contractor shali provide to the City such additiona[ infnrrnation in respect ofinsurance provided as the City may reasonably request. 7f Corttractor does no� purchase or rnaintain alI of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in �nn-iting af such failure priar to the start af the Work, or af such failure to zn.ainta'rn prior to any change in the required covarage. ARTYCLE 6 — C�NTRACTOR'S RES�ONSIEILXTTES 6.01 5'upervision and Superintena'ence A. Con�ractor shall supezvise, inspect, and direck the Work carnpetently and ef�ciently, devoting such attention thereto and applying sr�ch sltills and expe��tise as m,ay be necessaty to per�orm the Work in accordance with the Contract Documents. Contractor shal� be solely responsible for ti�e means, me�hods, techniques, s�quences, and procedures o�construction. c�� o� �o�T woxTx STANDARD CONSTRUCT[bN SPECIFCATION DOCUNIBNTS Revisipn: Il�einbe�21, 20 [ 2 00 72 Ofl - 1 General ConditioEtis Page 2Q of 63 B. At a�l times during the pro�ress o£ the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent wi�l be Contractar's repr�sentative a� the Site ar�d shall �a�ve authority to act on behalf of Contractor. All communicaiion given to or received from the Superintendent shall be binding an Contractor. C. Contractor shaIl notify the City 24 hoiars priar to moving areas during the sequence of constxuction. 6.02 Labor; Workirrg Ho�rrs A. Contractor s�all provide campetent, sui�ably yualifieci personnel to perfornn cons�ruction as required by the Contract Documents. Contracior shall at all times maintain good discipline and arder at the Site. B. Except as otherwise requir�d for the safety or protectian of �aersans or the Work or property at the Site or adlacent thereto, and except as othervvise stated in the Cantz'act Documents, all Wark at the Site sha�l be perfor�ned d�ing Regutar Warkin.g �-Iours. Contractar will not pez�nn.it the performance of Work beyond Reg�lar Working Haurs or for Weelcend Working Hours wiiho�at City's written consent (�vhich wi1l not be unreasonably withheld). Written r�quest (by letter or electronic coinmunication} ta }�erform 'W�rk: 1. �or beyand Regular Working Hours request must be mad� by noon at least two {2} Business Days p�ior 2, for W�ekend Warking Hours request must be made by noon of the preceding Thursday 3. for legaI holidays request must b� ma�e by naon two Business Days prior to the legal holiday. � 6A3 Ser�vices,lVlaterit�ls, and Equapr�aent �' A. Unless otl�erwise specified in the Contract DacUnnen.ts, Cantractor shall provide and assume full ., responsibiliiy for ail sezvices, materials, equipmen�, labor, iransportation, construction equipment ' and machinery, too3s, appliances, fuel, power, lig�t, heat, �elephone, water, sanitazy facilities, � tenn.porazy facilities, and all other facilities and incidentals necessary for tlae �aer%rmance, Contractor required testing, start up, aud completion of the Wark. B. All mater�als and equipment incarporated into the Work shall be as speciiied or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. Al� special warranties and guarantees required by the Speci�cations s�all expressly run to the benefit o� City. If required by City, Contractar shall fu�-nish satisfactory evidence (incl�ding reports o� required tests) as #o the soUrce, kind, and c�uality of rnaterials and equipment. � : '�' 7F FORT WORTH ��1 ANDARD CONSTREJCT[Ol+i SPECIFCATIQAf DOCUMENTS ' ftevisian: ]aacem6er21, 2Q 12 � { 1, oa 7z co - � General Conditions Page 21 of 63 C. AIl materials and equipment to be incorporated into the VVork shall be sfared, applied, insialled, connected, erect�d, protected, usad, cleaned, and canditioned in accardance with instructions of the applicable Supplier, except as athervaise may be pro�ided in. the Cantract Documer�ts. D. AIl items of standard equipment to be incorporated into �he Work shaI� be the latest model at the time ofbid, unless otherwise specified. 6.04 Pr�oject Schedule A. Contractar shalI adhere tn the Project Schedule established in accordanc� with Paragraph 2.07 and ihe G�neral Requixernents as it may be adjusted fratzt time #o isn� as pravid�d b�1ow. 1. Contra.ctor shall submit io City for acceptance (to the extent indicated in Paragraph 2.07 and the General Req�irements) proposed adjustments in the Project Schedule that �vill not result in ehanging the Contra�t Time. �uc� adjustments will comply witk� any prov'rsions of the General Requirements appIicable thereta. 2, Gontractor shall submit to City a manthIy Praject Schedule vcrith a monthly progress paytnent for the duration ofthe Contract in accordance with the schedule specification O1 32 16. 3. Proposed adjustments in the Projeci Schedul� that wilt cha�ge the Contract Time shail l�e submitted in accordance with the requirements of Article 12. Adjustments in Contract Tinne �nay only be zxi.ade by a Change Order. 6.45 Substitutes and "4r-Equals" A. VVY�enever an item of material or equip�nent is specified nr described in fh� Cnntract Documents by using the name of a propxietary item or the na�rne of a particular Supplier, tk�e specification or descriptian is intended ta establish the type, function, appearance, and quality requir�d. Unless tke speci�cation or descriptian contains or is �'allowed by wards reading that no like, equivale�t, or "or-equal" item or no substitution is permitted, otSier items of �aterial or equipment of other Suppliea-s rr�ay be submiited ta City �for review under the circumstances described below. 1. "Or-Equal " Iterns: IF in Ciiy's sale discretior� an item of material or �quipment pxoposed by Contractor is �unctianally equal to that narned and sufficientIy simila�r so t�.at no change in rela#ed Work will be required, it rnay be considered by City as an "or-equal" item, in which case re�+ievcr and approval of fhe proposed item may, in City's soIe discretion, be aecomplisk�ed withaut comp2iance wit.�. some or aIl af tt�e requ�rements for approv�I of proposed substitute items. For the purposes of this Pa,ragraph 6.OS.A.1, a proposed ite�n of matarial or equiprnent wi116e considered functionally equaI tp an item so nazned if a. the City deter�nin.es that: 1} it is at lea�t equal in materials of construc�ian, quality, durability, appear�ance, strength, and design characteristics; cir�r or• �oxT wou�z� STANDARD CONSTR[ICTIOAI SPECIPCATION DOCUNIENT3 Revisian: Deceml�-21, 2412 aonao-� General Conditions Page 22 of b3 2) it will reliably perform at least equalIy r�ve�l the function a�d achi�ve the results imposed by the design concept a��he completed Praject as a functioning whole; and 3) it I�as a pro�en record of per%rmance and availabi�ity o�respansive service; and b. Contracfior ce��ifies that, if approved az�d incorparated into the Work: 1} there will be no increase in cost to tk�e City ar increase in Contract Time; and 2) it wil3 conform substan.tia�ly to �ie datail�d requi�ements of the item named in the Co�ztract Documents, 2. S�bstitute Items: a. If in City's sole discretion an item of mater�al or equipment proposed by Contractor does not qualify as an "or-equai" item un�er Paragraph 6.OS.A.1, it may be sub�nitted as a proposed subsiitute item. b. Contractor shali submit sufficient information as provided Yselow to allow City to d�termine if t�ie i�em af material ox equipment proposed is essez�tially equivalent to fihat nax-ned anc� an accegtable substituta therefar. Requests for review of proposed substiiute iiems of material or equiprnent will not be accepted by City from anyone other than Con�-actor. � c. Contractor shal� rnake written application to City for review of a proposed substitute it�m � of rnaterial or equipment that Contractox seeks �o iurnish ar use. The application sha11 compiy with Section. 41 25 QO and: 1) sha11 certify that the proposed substitute itern will: a) perforna adequately the function� and achie�e the results called for by tk�e gen�ral design; b) be similar in substance to that specif ed, c) be sui�ed to �he same use as that specified; and 2) wil� state: a) �he extent, if any, to which the use of the proposed substitute item vuill prejudice Contractor's achieve�nent of final completion on time; b) whether use of the prapased substitute item in the Work wil� require a char�ge in any af the ContracC Documents (or in the pro�isions of any ot�er direct cantract with City for other work on the Project) to adapt the design to the proposed substitute item; C �"fY OF FORT i�ORTH STAi�EDARD CQNSTRUCTI43�i SPECIFCATLON DOGIfMEN'C5 ReviSion: December2l, 2Q t2 a� ,z aa - � General Conditions Page 23 of G3 c) wi�ether incorporation or use of the prapased subsiitute item in connection with �he Work is subject to payment of any licen�e £ee ar royalty; and 3) wiIl identify: a) all �ariations of the proposed substitute itezn from that spe�ified; b) available engineering, sales, rr�aintenance, repair, and repIacement services; and 4) shalI contain an itemized estirnate of al� costs or cradits tha.t �vill resuIt directly ar indirectly irom use of such substiiute item, inciuding costs of redesign and Dam�e Clainns of ather contractors affected by any resulting change. B. Substitute Co�struction Methods or Praced�sres: If a specific means, method, technique, sequence, or procedure of construction is expressly required by f.he Contract Dacuments, Contractor may furnish or utilize a substit�,tte means, methad, techzuyue, sequence, or procedure of construction approved by Ciiy. Cantractor shall submit suf�"icient information to allow City, in. City's saie discretion, to determine fnat tne substitute proposed is equivalent to that expressly caIled for by the Contract Documents. Cantz•actar shall make written application ta Ci�y for review �n the sarne manner as those provided in Paragraph b.O5.A.2. G City's Evaluation: City wiIl be allowed a reasQnable tirne within which to e�aluate eaeh proposal or subrr�ittal made pursuant to paragraphs 6.45.A and 6.a5.B. City rnay require Contxactor to furnish additi�nal data about the proposed substitute. City will be the sale judge of acceptabilit�, No "or-eqnal" or substitiite �wilI be ordered, installed or utilized until City's review is. complete, _whicn wi(1 be evtdenced .by a Change Order .an �e case of a substitute and az� accepted Submittal for an "or�equaI." City will advise Contractor in writing of its determination. D. Special G�sarantee: City may reyuire Contractor to fiirnish at Con�ractor's expense a special perFormance guarantee, warranty, ar other surety with respect fio �ny substiiute. Contractor shald i�demnffy and hold ha�mless Caty and anyone di�ectly or indirectiy employea' by them from and agqinst any and call claarrrs, da�raages, losses and expenses (includrng aitorneys fees) arising out of the use of substiiuted materials o� equapfnent. E. City's Cost Reirrdburserrrent: City will record City's costs in evaluating a substitute proposed or submifted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. Wheiher or not Czty approves a substitute so proposed or su6mitted by Contractor, Contractor z�nay be required to reimburse City for evaluating each such proposed substitute. Cnntractor may also be required to reimburse City for the charrges for making changes in the Co�ntract Docurnents (or in the provisions of azxy other dir�ct contract with City) resulting frotn the accepta�nce of each proposed substitute. F. Cont�actor's Expense: Contractor shaIl pra�ide alI data in support of any prnposed substitute or "or-equal" at Contractor's expense, CITY OF FOTfT WORTH S'tANDARD CONS'�"RUC'EIQN SPCCTFCAT'IQN DOCi11VIEN'CS Aevision: Ik�cem6er 2l, 2p l2 oonoo-i General Conditions Page 24 of 63 G. Ctty S�hstitute Reimbursement: Costs (savings ar charges) attributable to acceptanee of a subsfitute shall be i�corporated to the Contract by Change Order. H. Time E�ctensinns: No additional time will be granted for substitutians. 5.05 Concernang Subcontra�tors, Suppliers, and 4thers A. Contractor shall perfor�n witl� his own organization, work af a value not less that� 35% of the value embraced an tl�e Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other inc3ividual or entity, vtrhether initia.Ily or as a replacement, against w�om City may have reasona.ble objeetion. Contractor s'ha�l not be required to employ any Subcontractor, Supplier, or other indi�iduaI ar entity to furnish or perform any of tihe Wark against whom Contractar has reasonable objection (excluding those acceptable to City as indicated in Paragraph 5.Q6.C}. " C. The City may from time to time require the use of certain Subcontractors, Suppliers, ac other , individuals or entities on the project, and will provide such requirennents in the Supplementary ` Cor�ditions. D. Business Diversity Enterprise Orc�inance Compliance: It is Caty palicy ta ensure the full and equitable participatian by Mir�ority and �mall Business Enterprises (MBE)(S�E) in the procurement af gaods and services on a contractual basis. If the Contract Documents provide for a MBE andfor SBE gaal, Conf�actor is required ta cnrnpiy wit1� the intent a£the City's BUsiness Diversity Ordinance (as amend�d) by the following: 1. Contractox s�all, upon request by the City, prnvide complete and accurate i�formatian ' regarding actuaI work perfortned by a MBE azidlor SBE on the Contract anc� payment � � tk�erefar. 2. Cont�actor will nat naal�e additions, de3etions, ar substitutions of accepted MBE without written consent of the City. Any unjtastified change or deletion shaiI be a material breach of Contract and zx�ay �result �iza debarment in accardance with iha procedures ouflined in the Ordinance. 3. Co�tractor sk�all, Upon request by City, allow an audit and/ar� exarniz�:ation oi any books, records, or fi1�s in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation af any nat�are may be grounds for termination of the Contract iza accordance with Paragraph IS.Q2.A. Any such misrepr�s�ntation may be grounds for disqu�alification of Contraetor ta bid on future contracts with the City for a period af not less than three years. E. Cantractor shail be fuIly responsible to Ciiy for all acts and or�issions of the Subcontractars, Suppliers, and o#her indi�iduals or entities �aerforming or furnisl�ing any of the Wark just as Contractor is responsib�e for Contractnr's own acts and omissions. Nothing in the Contract Documents: � ITY OF FORT WORTH STAi�DARII COAfS'FRUCT103w! SPECIFCATIOI+i DOCUME�TTS Revisian: �nber2l, 2012 �a�zaa-i iiCtlera� Cpn�ifla3ls Page 25 of 63 shall create for the benefit of any such Subcontractor, SuppIier, or other individual or entity any contractual relationship between City and any such Subcont��actor, �uppli�r or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the paymen� of any maneys due any such Subconfixactor, Supplier, ar otY�er individual or entity except as may otherwise be required by Laws and Regulations. F. Con�ractar shall be solely responsible for scheduling and coordinating the Work of Subcontractars, SuppIiers, and other individuals or entxties perfartning or furnishing any a� the Work und�r a direct or z�uir�et cantract with Contractar. G. All Subcontractors, Suppli�rs, and such other indi�viduals or entities perforrning or furnishing any oftlae Work shall cornmunieate witYi City through Contractor. H. AIl Work perFormed for C�ntractor by a Subcontractor or SuppIier will be pursuant to an appropria�e agreement between Contractor and the �ubcontractoi• or Supplier which specifcally binds the �ubcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty tn pay Prevailang Wage Rcrtes. The Contractor shall cornply with a11 requiu'ements of Chapter 2258, Texas Government Cod� (as ame�ded), including the payment ofnot less ihan the rates determined by the City Council of the City of Fort Wor�h to be tk�e prevailing wage rates in accorti.ance witl� Chap�er 2258. Snch prevailing wage rates are included in these Contract Docurnents. B. Penalty far Violativn. A Contractor or any Subcontract�r who does not pay th� prevailing wage shall, upon cfemand made by the City, pay to the City $5Q for each worker employed for each caIendar day ar part of the day that the worlcer is paid less than the pre�ailing vvage raies stipulated zn these contract docuznents. This penalty sha11 be retained by the City to offset its administrative costs, pursuant to Texas Governn:zent Code 2258.023. C. Complcrirats of Vialations and City Determinatron of Good Cause. On xeceipt of information, including a co�nplaint by a worker, concerning an alleged �iolatifln of 2258.023, Texas Gavernxnent Code, by a Contracior or Suhcontraetar, ihe City shall , rzaake an initial determination, before the 31st day after the date the City receives the information, as tn whether go�d cause exists to beIieve that the violation occw•red. The City sHalI notify in writing the Contractor ar Subcontractor and any af�ected warker of its initial determin.ation. Upon the City's d�t�rmination that there is good cau�e to belie�ve the Cantractor or Suhcaniractor has violated Chapter 2258, the City s�all retain the full amoua�ts claimed hy the clairnant or claimants as the difference between wages paid and wages due under the prevailiz�g wage rates, such amounts being subtracted from successive progress payments pending a final determination of the vioIation. CITY OF FORT WQATH S'CANDARD CON57TLUCTION SPECIFCA7'E03�! DOCi1IvIE1V'ES Revision: T)creinUer2l, 2012 oo�zoo-� General Cnnditions Page 26 of G3 D. Arbitration Required if Violatiort No# Resolved. An issue relating to an alleged violaiion of Sectzan 2258.�23, Texas Government Code, including a penalty owed to the City or an affected worker, shall be suhrnitted ta bit�ding arbitration in accardance �with the Te�as General Arbitration Aci {Article 224 et seq., Revised Statutes} if the Contractor or Subcontxactar and any a�fected worker daes not resolve the issue by agreement before the 1S�h day after tke date the City makes its initial determination pursuant to Paragraph C above. If tne persans required to arbitrate under this section do nat agree an an arbitrator before the l lth day after t.�e date that arbitration is required, a district court sha�l appoint an arbitrator on f,�e petition of any of the persons. The �ity is not a�arty in the arbitration. The decisian and aw�rd of the arbitratnr is finai and binding an all pat�ies and may b� enforced in any court of co�npetent jurisdiction. E. Recards io be Mafntained. The Cantractor and each Subcontrac�or shall, for a period af three (3) years following the date of acceptance of the �ork, �naintain records that show (i} the name and occupation of each worker employed by the Contractor in the construction of the Wark prqvided for in this Contract; and (ii) the acival per diem wages paid to each worker. The records shal! be open at all reasonable haurs for inspection by the Ciiy. The provisions of Paragraph 6.23, Right to Audit, sha�l pertain tQ fhis inspecfiion. F. Progr�ess Payme�ts. V�ith each progress payment or payroll period, whichever is less, the Contractor shall submit ari affidavii stating that the Contractor has compIied with the requirements of Chapter 2258, Texas Government Code. G. Posting of Wage Rate.s. The Coniractor shall post prevailing wage rat�s in a conspicuous place at all tirnes. H. Subcontracto� Complrance. The Contractor sha11 include in its subcontracts and/or shall otherwise reyuire all of its Subcontractars to comply with Paragraphs A through G above. 6.08 PatentFees a�ad Izoyaliies A. Contractor shail pay all license fees and royalties and assume alI costs inciden.t to the use in the performance of the Work or the incor�oration in the Work of any invention, design, process, product, or device vvhich is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contraci Docurn.ents for use in the performance of the Work an.d if, to the actual knowledge of City, its use is subjec# ta patent rights or copyrig�it� calling for tl�e payment of any license %e or royalty to others, t,�e existence of such rig�ts shall be disclosed by City in the Contract Documents. FailUre of the City �o disctose such in�ormation does not relieve #he Contractar from �ts nbligations to pay for the use of said fees or rayalties to others. � B. To the fudlest extent permitted by Laws and Regr�latians, Contractor shall indemn� and hold harmless City, ff-om and against all claims, costs, lo,sses, and dcrmages (including but not limiteci to all fees and cha�ges of engi�aeers, architects, attor^neys, and otheY professionals and aIl court or arbYtrataon or other dispute resalution costs) arising out of or relating fo arry infringement af patent rights or capy�aghts incident to the use in the perf'orrnance of the Work or resulting fi�am t, i' I' ; pF FORT WQRTH 5"fANDARD CONSTRI�CTIOAi SPHC[FCATIpAf D�CLTMHNTS Revisian: December2l, 2012 OD7200-1 General Conditions Page 27 of 63 the incot�poration in the Wo�^k of any inventzon, design, process, pr�oduct, or device not speeified in the Contract Doeuments. 5.49 Permits rrnd Uti�itres A. Contractor obtained permits uncl dicenses. Contractor shal.l obtain and pay �or all construction permits and licenses except those provided for in th� Suppieznentary Conditions ar Contract Documents. City shalI assist Con,tractor, when necessary, in obtaining such pernnits and licenses. Cantractar shall pay all governmenfial charges and inspection fees necessary for the prasecution of the Woxk which are applicable at tha time of opening of Bids, or, if there are no Bids, on the Effective L�aie �f the Agreement, except #�or �erzniis provided by tkze City as sp��if �d in 6.a9.B. City shall pay all charges of utility owners for connections for providing permanent servic� to the Work. B. City obtaine� per�raats and licenses. City will obtain and pay for ail permits �d licenses as provic�ed far in ihe Supplementa�•y, Conditions ar Contract Documents. Tt will be t1�e Contractor's responsibility to carry out the provisions o� the permit. If the Cantractar initiates changes ta the Contract and the City approves the changes, the Conta•actor is resp�nsible for obYaining cleaa•azxces and coardinating witk� the appropriate reguIatory agency. The City will not r�imburse the Contractor for any cost associated with thase rec��irements of any City acquired pe�-znit. The %lIowing are permits the City wi11 ohtain if required: 1. Texas Departrnent of Transportation Pernuts 2. U.S. Army Corps of Engineers P�rrnits 3. Texas Cornmission on Environmental Quality Permi�s 4. RaiIroad Company Permits C. Ov�tstar�ding permits and licenses. The City anticipates acquisitian �f andlor access to permits and licenses. Any outstanding permits an.d lic�nsas are anticipated io be acquired in accordance with the schedule sei forth in the Supplementary Conditions. The Project Sck�eduIe submrtted by the Contractor in a�cordance with the Contract Documents must cansider any outstanding pertnits and licenses. 6.10 Lcrws and Regulatians A. Contractor shall give all notices required by and shall comply vvith all Laws an.d Regulatians applicable to the performance oi the Work. Except where otl�terwzse expressly required by applicable Laws and Regulations, the City shall not be responsible for manitoring Contractor's compliance vvith any Laws or Regulations. B. If Contractor perform.s any Work knowing or having reason ta k�aow fihai it is contrary to Laws or Regulatiozas, Contractor shall bear all claims, casts, losses, and damages (including but not Iimited to all fees an.d charges of engineers, architects, attorneys, and other profess�onals and all C1TY OP FORT WORTH 31'ANDATtD CONSTRU�'I'ION SPECIFCATTON DOCUMEN'E'S Revisinn: L7c+c:ember2l, 2012 no�zoo-i General Canditions Page 28 of 53 court or arbit�•a�ion or other dispute resoiu�iQn costs) arisir�g aut af ar relating to such Wark. Hawever, it shall not be Contractor's responsibility to make certain that the Specifcations and I]rawings are in accardance wiih Laws and Regulations, but this shall not relieve Cantractar of Cvntra�iar's obligations under Paragraph 3.412. C. Changes an Laws or Regulations not known at the time of opening of Bids haeing an ef�ect on the cost or tim� of performance of the V�ork may be the subject of an adjustment in Contract Price or Cor�tract Time, 6.11 Tcrxes A. On a contract awarded by the Ciiy, an organization which Qualifies fnr exemption pursua.nt to Texas Ta� Code, Subchapter H, Sections 151.301-335 (as arn�nded), the Contractor rnay purchase, rent ar lease all �aterials, supplies and equipznent used or consumed in the perfarmance of this contraci by issuing to his supplier ar� exemp�ion certificate in iieu of tI�e tax, said exemptia� certi�icate to comply with State Cornptro�ler's Ruli�g .007. Any such exeno.ptian c�rtificate issued to the Contractor in 1ie� of the tax shall be subject to and shall co�piy with the provision af State Com�ttoller's R�aling .O1 �, and any oiher applicable rulings pertaining ta the Texas Ta� Coda, Subcnapter H. B. Texas Tax permits and information rnay be obtained fram: � 1. Cozz�ptroIler af P�b1ic Accounts . . Sales Tax Di�vision Capitol Station Austin, TX 7871 �; or 2, httb://www.windaw.state.�.us/taxinfalta�forms/93-form.s.html 6.12 Use of Site and Other Areas A. �imitation on Use of Site and Othe� A�eas,: Contxactar shall confine cansfiruction equipmen�, the storage af materials and. equipment, and the op�rations of workers to the Site ar�d atk�er areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipm.ent or ofher materials or equipmer�t. Contractor s�all assume �u11 responsibility for any damage to any such land ar area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from ihe performance of the Worlc. 2. At any time when, in the judgm�nt of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a streei, right-of-way, or easement greater than is necessary for pmpe�• execution of the Wor�, the City may xequire the Contractor to finish the section on which operations a�re in �aragress before work is coxnnner�ced on any addi�ional area o�the Site. :" i !'Y OF FORT WQRTH 5 S�ANDARD COA3STRUCT[ON 5PEC�CAT[pN DOC[IMENTS Revision: [aecxanber2l, 2012 ao�2oa-� General Conditions Page 29 of 63 3. Should any Darnag� Claim be made by any such owner or occupant because a� the perfarmance of the Wark, Cantractor s�all promptly attempt to reso�ve the Damage Claim. 4. Pu�suant to Pcr�-ag�-c��h e5.21, Contt-actoY shall inderrz�ify and hol� har-mless City, f�orrc and against all claims, costs, los,�es, and damages arising aut of or relating to any claam or action, Iegal or equitable, hrought by any such owner or oceupant against City. B. Removal of Debris During Perf'orma�ace of the WoYk. During the progress of the Work Contxactor sha11 keep the Site a�ad other areas free from accuznulations of waste materials, rubhish, and other de3�ris. Removal anc� disposa.l of such waste maierials, rubbish, and other debris shall confarm to applicable F..aws and Regulatians. C. Sfte Maintenanc� Cleaning: 2,4 hours after written notice is gi�en to tl�e Cflntractor that the clean-up on tk�e job site is proceeding in. a manner unsatis�actor� �o the City, if the ConYractar £ails to cvrrect th� unsatisfactory procedure, the Ci�y m�ay take such dir�ct action as ttte City deems agprapriate to correct �he cIean-up de�ciencies cited to the Can.tractor in the written notice (by letier or electronic camrnunication), and the costs of such direct aetiort, plus 25 % of such cosis, shall be dedeacted from the monies dne or to become due to the Contractar. D. Final Site Cleanrng: Prior to Final Acceptance of fihe Work Contractor �hall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the corr�pletion of the Work Con�ractor shal! reinove from the Site all tools, appliances, construction equipment and machinery, an.d sufplus inaterials and sktall restore to original conditiort or beiter a11 praperty disturbed by the Wark. � E. Loading Structures: Cantracior shall not load nor permit any part of any s1ructure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Recard Doc�aments A. Coniractor sk�all maintain in. a safe place at the Site or in a place designated by the Co�z�ractor and approved by the City, or�e (1} record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written intetpreiations and clarificatians in good ordet• and annatated to sho�v changes made during construction. These record doc�ments together with a!1 approved Samples and a counterpart of all accepted Subrnittals wi�l be available to City %r reference. Upon compleiion of the Work, these recard docunnents, any operation and maintenance �x�anuals, and Subtnittals will be delivered to Cify p�ior to Final Inspectian. Contracior shalI include aacuraie iocations for buried and imbeddec� items. 6.1� Safety and Protectaon A. Contractor shall be solely responsibl� far initiating, maintaining and supervisin.g all safety precautians and programs in connection vvith fihe Wark. Such responsibiiity does not relie�e Subeontractors af their responsibility %r the sa:fety of persons or praperty in the perf'orrnance of their work, nnr for connpliance with applicable safety Laws anc� Regulations. Gontractoi� shall C1TY OF FORT WQRTH STANDl�7 CONSTRUCTI�N SPECIFCATION DOCUM�NTS Revision: Denember2l, 2012 00 �a oa - � General CondiEions Page 3fl of63 take ali necessary pr�cautions for �te safety a� and shall provide the necessary protection to prevent damage, injury or loss io: � 1. afl persons on the Site or who rnay be affected by �he Work; 2. all the Work and materials and equiprnent to be incorporated therein, �h�ther in storage on or affthe Site; and 3. other praperty at t�e Site or adjacex�t tl�ereta, including trees, shrubs, lawns, walks, pave�nenfis, roadways, struct�res, utilities, and Undergraund Facilities not designat�d for removal, relocation, or replace�xi.ent in the caurse of eonstructio�. B. Contraetor shall camply r�vith a11 applicable Laws and Regulations relating to the safety a�' persons ar property, or to tl�e protectian of persons or property from dazxi.age, injury, or loss; and sha11 erect and maintain al! necessary safeguards for such safety and pratection. Contract�r shali notify owners of adjacent property aind of Underground FaciIities and ot�er �tility owners when prosecution of the Work may af%ct them, and shall cooperate with them in the pro#ection, removal, reioeation, and replacern�ent of the�r property. C. Contractnr shall cornply with the applicable requirez�aents of City's sa�ety prog�-ams, if any. D. Contractor shall in%rm City of the spaci�'ic requirements of Contractor's safety pragraam, i£ any, with which Ciry's employees and representatives must comply vahile at the Site. E. All damage, inje�ry, or loss �o any prop�rty referred tQ in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or irFdirectly, in whole or in. �a.rt, by Cantractor, any Subcontractor, Suppliar, or any other individual or entity directly or indirectly ernpla�ed by any of them to perform any of tI�e Wor1�, or anyone for whose acts any o£them naay be liable, sha11 be remedied by Contractar. �'. Contractar's duties and responsibi�ities for sa%ty and for protection of the Work sha11 continue until sUch. ti�n.e as all the Work is con-�pleted and City has accepted the Work. 6.15 Sa, fety Representattve Contractar shall inform City in writi�g of Gontractor's designated safeLy representative at the Site. 6.16 Hazard Commu�aication Programs Cantractor shall be respon.sible for coordinating any exchange of rnaterial safety data sheets or other hazard communication information required to be made available to or e�changed hetween or among employers in accordance with Laws or Regulations. 6. i 7 Eme�gencies and/or Rectiftcatzon A. In emergei�cies affecting the saf�ty or protection of persons or �he VJork or property at the Site or adjacent t�ereto, Contractor is obiigated to act to prevent threatened damage, injury, or loss. Contractor shall give City prampt wri�ten notice if Contraetor believes that any significant �_�r, �� or roxT wQx-��i � CANAARD CaI+iSTItUCTION SP�CIFCATEON DOCU1vIENTS Revision: December2l, 2012 c,a��oo-� General Conditions Page 31 of G3 changes in the Work or variations from the Contract Dacuments have been caused thereh� or are xequired as a result thereof. If City rEetert�tines that a ehange in tlie Contract Doc�amenis is required because af the action tal�en by Contz-actor in response to sucn an emergency, a Change Order may b� isstied. B. Should the Contractar fail ta respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requiremer�ts of the Contraci Doc�ments, the City shall give the Cnntractor wvritten notiee ihat such work or �hanges are to be perforn3ed. The written not�ce shall direct attention to the discrepani condition ax►d re�uest the Cqnkractor to take remedial action to carrect the condition. In the event the Contractor does nat take posi�i�ve S�G�j to fulfill this writte�� request, ot° daes r�oY shavv just eause for noi iaking ihe prope�r a�tion, wiihin 2� haurs, ihe City may take such remedial action witlt City forces or by contxact. Tf�e City shall deduct an amount equal to the entire costs for sueh remedial action, plus 25°10, fram any funds due or become due the Contractor on the Proj ect. 6.18 Submittals A. Cantxactor shall submit required Submitta(s to Ciiy for review and acceptance in accordance with the accepted SchedUle of Submitta�s {as required by Paragraph. 2.07). Each submittal will be identified as City may require. 1. Submit number of capies specified in the General Requirements. 2. Data shown an the Submittals will be cornplet� with respect ta quantities, dimensions, specified perfor�rn.ance and design criteria, rnaterials, and similar data to show City the services; materials, arxd equipme�t Con�ractor proposes to proeide and to enable City to revie� the infor�r�ation for the limited purposes required by Paragraph 6.1 S.C. 3. Submittals subrnitted as herein provided by Contractor and re�viewed by City for confarmance vvith the design concept shall be executed ,in canfornnity with tha Contract Documents unless otherwise required by City. 4. When Subtzyittals are submitted for the purpose of showing ihe installation in great�r detail, their review sha11 not excuse Contractor from requirements shown o� the Drawings and Speeificatiot�s. 5. For-Information-Only subrnittals upon which tl�e Ciiy is not expected to conduct review or take responsive action may be so identified in the Coniract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Claarly identi�y each Sample as to material, Supplier, pertinent data such as catalog numbez•s, the use for which intended and ather data as City may require to enable Czty to review the subtnitta] Forthe l�mited purposes required by Paragraph 6.I$,C. CITY OF FDRT ViFORTI-1 STAI�DAltl7 CONSTRUCTION SP�CIFCATlON DbCUMENTS Revision: Deceanber2l, 2012 OU7200-1 Generai Conditions Page 32 of 63 B. Where a Submittal is required by tk�e Cantract Documents or the Schedule of Submittais, any related Work performed prior ta City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City wiIl provide time�y review of required Subanittals in accordance with the Schedule of Sub�nittals acceptable to City. �ity's review anci acceptance will be only �o determir�e if the items covered by the subrnittals wil�, after installation or incarporatian in the Work, canform to tI�e information given iri the Contract Documents and be compatible with ihe design cor�eept af the completed Project as a f�nctioning whole as i�dicated by the Contract Documents. 2. City's review and acceptanee will not extend to means, methods, techniques, sequen.ces, or procedures of construction (excep# where a particular means, method, tecIutique, sequence, or procedure of construction is specificaIly and e�cpressly called for by the Contract Documen#s) or to safety precautions or progra�ns incident thereto. The review and acceptance of a separate item as such wi11 nat indicate appro�al af the sssembly in which th.e item functions. 3. City's review and acceptance sha11 not relie�e Contractor from responsibility for any variatEon fiom the reQuirennents of the Contract Documan�s uniess Contractar has complied wiih the requirements of Section Ql 33 00 and C�iy has given wrftten acce�tance of each such �ariation by specific written n�tation thereof incorporated in or a.ccompanying the Subrnittal. City°s review� and acceptance sha.il noi relieve �ontractor from. respansibiliiy for comply'fng with the requzrernaents of the Contract Dacurnents. 6.i9 Continuing the Work Except as atherwise provided, Contracior shall carry on the Work and adhere to the Project ScheduIe dursng a11 disp�tes or disagreezne�ts with City. No V4lark sha1l he delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Y�ar�anty and Guar�antee A. Contractor warrants and guaraniees ta Gity that all Work wilI be in accordance with. the Contract Documents and ;�rill not be de�ective. City and its vfficers, directars, members, partners, employees, ag�nts, consultants, and subeqn.tractors sha11 be entitled ta rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereu�der excludes defects ar dart�age caused by: I. abuse, modi�cation, or improper rnaintenance ar operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Cantractor is respon.sible; or • , � '.' ' kF FQRT WQR"f'H � � :1��DARD CONS'i"RUCTION SPECIFCATIQ3�I DOCUtvi�;N'I'S Revision:I]eaeanber2l, 2012 �U7Zfl0-1 General Conditious Page 33 of 63 2. normat wear at�d tear under r�armal usage. C. Cantractor's abligatinn to perfoz-m and complete the Work in accordance wit� �he Contract Dncuments sk�al! be absolute. None oithe following will constitut� a,n acc�ptance of Work that is not in aecordance with the Cantract Documents or a release o� Con�ractor's obligation to perfo� the �Vork in. accordance with the Contract Documents: 1. abservations by City; 2. recommendation or payment by City af any progress or final pa�nenf; � 3. �he issuance of a certificate of Final Acceptance �y City or any payr�ent related thereta by City; 4. use ar accupancy of the Wnrk or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, ar approval hy others; or 7. any correction of defective Work by City. D. The Cantractor sha�l r�medy any defects or darnages in the Work and pay for any damage to other �ork or praperty resulting therefro�n 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 goad and suffzcient maintenance bond, cor►�plying witi� the requirements �£ Article 5.02.B. Th� City will give notic�e of obsarved defects with reasonable promptness. 6.2I indemni�catinn A. Contractor covenants and ag�rees to indemnify, hold �arnnless and defend, at iis awr� expense, the City, its oflicers, servanf� and employees, iram and against� any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Cantractar, its officers, agents, employees, subcontractors, licens�s or in�vitees under �hi� Contract. THIS INDEMNiFICATION PROV�STON �S SPECIFICALLY 1NTENDED TO fJPERATE A.1V� B� EFFE�TNF F.Vi+,� IF IT IS ALLEGED nR.PROVEN THAT ALL OR SOME OF TH� DAM�GES BEING �O�[TGHT WER� CAUSED. IN WHOLE OR IN ,PART._BY ANY ACT. OMISSION OR.NEGLIGENCE OF THE CITY. This indemn'rty prvvision is intended to includ�, vvithout limi�atiom, FndemniLy for costs, expenses and legal fees inc€�rrec3 hy the City in defending against sucl� claims and causes of actions. B. Contracior covenants a�d agrees to indetnnify and hald E�armless, at its ovc�n expense, the Ciiy, its officers, ser�ants and emplayees, irom and �gainst any and all loss, danaage or c�estructzon� af property of the City, arising oufi nf, ar a[leged #o arrse out of, the wqrC� and s�e-vices to be per�or�ed by the Contractor, its officers, agent�, ernpfoyees, subcont�actors, lice�sees or invitees under this Contract. THTS INDEMNIFICA.TION 1'ROVT.�TON T� C[TY OF FOk2T WORTI� STANT]AIZD CONSTRUCTION 3PEGiFCA"!'ION DOCUMENTS Revision: l]aeem6er21, 2U 12 Ofl7200-i General Conditions Page 34 nP 63 SPECIFICALLY INTENDED T� nPERATF ,AiVn �iF, F,FFFC:TTVF_EVEN IF IT� ALLECED (?R PRnVEN TFIAT AI �T f1R �I�MF nF T11�. DAMAGES $�TN(T �niJGHT WERE CAUSED. IN WHOL� �� TN _ PAR�SY ANY _ ArT. Q1VTI55IQN _OR �(�I,�.�F�LCE OF THE CITY. Y 6.22 Delegatco� of Professro�tal Design Se�vices A. Contractor will not be required to provide professxona! design services unless such services are specifically requireci by the Cor�tract Docurnents for a portion af the Work or un�ess such services axe required to carry aut Contractor's responsibilities for construction mear�s, �nethods, techniques, sequences and procedures, B. Tf professional design se�vices or certifications by a design professianal reiated to systems, materials or equipment are specifically r�quired of Cantractor by the Contract Documents, City will specify all perform.azxce and design criteria thai such ser�ices must satisfy. Contractor shall cause such services or eertif catians to be provided by a properly Iicensed professional, whose signature an.d seal shall appear an all dravWings, calculations, specifications, certifications, and Subrnittals prepared by such professionat. Submittals related to the Wark designed or certifaed by suc� professioz�al, if prepaxed by athers, shail bear such professional's written approval when submitted to City. G. City shall be �ntitled to rely upon the adequac3�, accuracy and comple�eness of the services, �� certifications or approvals perfortned by such design. prafessionals, prqvided City has speczfied •; ta Contractor performance and design criteria that such services must satis£y. D. .Pursuant to this Para.graph 6.22, City's review and acceptance nf design calcutations and design drawings wili be only fnr the limited purpose of checking for conformar�.ce with performanc� and ciesign criteria given and the design concept expressed in tl�e Contract Documents. City's review and acceptance of S�bmittals (except design calculations and design drawings) wiIl be only for the purpase stated in Paragraph 6.1$.C. 6.23 Right ta Audit A. The Contracfor agrees that the City shall, until tYte expiration of thz'ee (3} years aft�r final payrnent under this Contract, have access to and the right ta examine and photocopy any d'zreetly pertinent books, docurnents, papers, and records ofthe Con.tractor involving transactions relating to thi.s Co�ntract. Contxactor agrees that the City shall have access during Regu�ar Working Hours to aIl necessaiy Contractor facilities as�d shall be provided adeyuate and appropriate wark space in order ta conduct audits in campIiance with the provisions of this Paragraph. The City shal� give Contracror reasonable advance notice o�' intended audits. B. Contractor fi�rther agrees to include in all its subcon#racts hereunder a provision to the effeet that ihe subcontractor agrees that the City shall, until the expiration of three (3) years aftec final payment under this Contract, have access to and the rrght to exarnine and photoco�ay any directly pertinent books, �iocum�nts, papers, and records of such Subcantractor, involving transactions to the subcantract, and further, that City shall have access during Regular Workin.g Hours to all . : r� oF Fo�zr wartTH 5'I'ANDARD CQNSTRUCTION SPECIFCP.iTON DOCUMENTS Ravision: Doceml�r2l, 2012 ao�2ao-i General Conditions Page 3S of 63 Subcont�•actor facilities, anc� shall be pravid�d adequate and appropriate �vork space in order to conduct audits in coinpliance with the provisions of this �ara�rraph. The City shall give Subcontractor reasonabte advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such docurnents as rnay be requested by the City. The City agrees to reimburse Contaractor for the cost of the copies as fallows at the ra.te pablished in the Tex�s Adrninisirative Cade in effec# as ofthe time cop�ing is perfQrmed. 6.24 Nondiscriminatiorz A. The Cit� is r�sponsibl_e fqr operating Public Transportafion Programs and implementing firansit- related projects, wk�ich are funded in part witl� �ederal financial assistance awa�-ded by the U.S. Deparhnent o� Transportation and trie Federal Tra.n.szt Administration (FTA), without discriminating against any person in the United States an the basis of race, color, or national o�•igin. � B. Title VI, Civil Rights Aet of 1964 as amended.• Confiractor sha�l compIy vvitI� ilze requirErnants of the Act and the Regulations as fut�her defined in the Supplementary Conditions far any project receiving Federal assistance. ARTICL� �" — OTHER WORK AT TFIE SITE 7.U1 Reluted Wo�katSite A. Crty may perform other work related ta the Pro�ect at the Site with City's ezxxployees, or otiaer City contractors, or through o�er direct contracts therefor, or have other work perfarmed �y utility owners. If sueh ather work is not nated in -t�ae Contract Documents, tken v�n•itten notice fiheraof will be given to Contractor priar to starting any sucn oth�r work; and B. Contractor shali afford each athe�• contx�actor who is a party ta such a direct contract, each utility owner, and City, if City is performing other work with City's ernployees or ather City contractors, proper at3d safe access ta the Site, provide a reasonable oppariunity for the introduction and storage of materials and equipment and the execution of such other work, and praperly caordinate the Wark vvith theirs_ Contractor sha11 do alI cutiing, fitting, anc! patc�ir�g of the Wark that may b� required to pxoperly connect or otherwise make its several parts come together and properly integrate with such other work. Coz�ztractor shall not endanger any work of others by cutting, excavating, ar atherwise alter�ng such wark; provided, however, that Contractor may cut or alt�r athers' work with the writ�en consent of City and the ofiiers whose work will be affected. C. If the praper exeeution or resulis of ar�y part of Contractor's Wnrk depends upon wor�C performed by others under this Artic�e 7, Cont�act�r shall inspect suc�a other worl� and promptiy report to Cify in writing arzy delays, defects, or deficiencies in such o�her work that rendez• it �navailable or unsuita�le �or the proper execUtion anc� results of Contrac�oz•'s Work. Contractor's failure to so repart will cazastii�.�ie an acceptance of such ot�er work as�it and proper for integcation with Contractor's Wark except for latent defects in the worlc pro�ided i�y others. CIT'Y OF �'ORT WpR17-I STANDARD CpNSTRUCTIQN SPECIFCATION DOCUMENTS Revision: Dacember23, 20 ] 2 oa �z ao - i General Crn�ditians Page 35 of 63 7.0� COOY�IY1LIl10YI ' A. If Czty irztends to contract with others for the per%rmance of other work on t�e Project at the ' Site, the following will he set forth in Suppl�mentary Conditions: 1. the individual or entity who wi11 have authority and responsibility �or coordination of tk�e activities among the various contractors will be identified; �� i 2. the specific rnatters ta be covcred by such authority and responsibility will be itemized; and 3. the e�tent of such authority as�d responsibilities wilI be pravided. B. Unless otherwise provided in th� Supplerr�entary Conditions, City shali have aut�iority for such coordination. ART�CLE 8 — GTTY'S RESP4NS�BII�iT`�ES $A1 Comnaunications to Contractor� Except as otherwise provided in the Supplementary Conditioz�s, City shall issue aIl communications to Contraetor. 8_02 Fu�nish Datcr City sha11 timeIy furnis� the daia required under the Contract Docuu�ents. ' ' 8.03 Pay Wher� Due City shall make payxnents ta Contractor i� accordance �rith Article 14. SA4 Lcmds and Easements; Repor�ts and Tests ._ City's duties with respect to providing lands and easem�nts and providing eng�neer-ing sur�eys to establisl� reference points ara set forth in Paragraphs 4.01 and 4A5. Paragraph 4.02 refers to City's ide�tifying and making available to Contractor copies of reports of explora�ions arid tests of .. sub�urface conditions and drawings of physical cand�tions relating to existing surface or subsurface strnctures at or cantiguous to the Site that have been utilized hy City in preparing the Contxact Documents. � � I = 8.05 Change Orde�s City shall e�ecute Change O.rders in accordance with Paragraph 10.�3. $,Ofi .Inspectians, Tests, and App�ovals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragrapl� 13.03. � ._ t`#�Y OF FOR'� V4�ORTH STANDARD CONSTRUCTEQN SPECIFCAT[ON DOCUMENTS ' Revision: December2l, 2012 00i2ii�7- i General Conditions Page 37 of 63 8.07 Limitations an City's Responsibiiities A. The City shall not supervise, direct, or have control or authority over, nor be responsable for, Corzffractar's rt�eans, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or fax an� failure of Contractor to cozxaply with Laws a�d Reguiations applicable to the performance oi the Work. City will noti be respansible t'or Contractor's failure to perform the Work ian accordance with the Contract Documents. B. City will notify the Coniractor o� applicable safety pIans pursuant to Paxagraph 6.14. 8.08 Undiscdosed Hazardous Envrrnnmental Condition City's responsibility with resp�ct to an undzsclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compiiance with Safety Progr^am Wl�ile at tY�e 5ite, City's employees and representativas sha11 comply with the speci�c applicable requireznents of Contractor's safety programs o� v�rhich City has been informed pursuant to Paragraph 6.14. ARTICLE 9— C�TY'S OBSERVAT�ON STATUS DURING CON�TRUCT�ON 4A1 City's Project Representative City will provide ane or more Projact Representati�e�s) during the consttuction period. The duties and responsibilities and the lirr�itations o#' a�xthority o�' City's t�epresentative during construction are set forth in tl�e Contract Documents. The Project R�pr�s�ntati�e(s) wi�l be as provided in the Supplementary Co�ditions. 9.02 T�isits to Szte A. City's Project Representative will make visits to the 5ite at intervaIs appropriate to the �arious stages of canstruction as City deems necessazy in order to obsezve the pragress that has been made and the quality of the various aspects of Contractor's executed Wark. Based on in%rmation obtained during such visits a.zxd observations, City's Pr�ject Representaizve will deterznine, in general, if the Work is proceeding in accordance wi#h ihe Contract Documents. City's Project Representative wi11 not b� re��aired to make exhaustive or continuous inspections on t1�e Site to che�ck the quality or quar�tiiy of the Work. City's Project Representative's efforts will be directed tawarc� providing City a greater deg�-ee of can�dence ihat the compleied Woric vrill conform ge�zerally to th� Contract Docunnents. B. City's Project Represer�tati�ve's visits and obs�rvations are sui�ject to all the limitations on autht�rfty and responsibility in the Contract Documen.ts including those set forth in Paragraph 8.07. c« oF FaRr wo��i SZ'dtNDAi� CONSTRUCTION SP�CIFCATION iIOCUMENTS Revision; Daceanber2l, 2012 oorzoo-i General Co�idifions Page 38 of 63 9.03 Auiharized Va�iations in YYork City's �roject Aepresentati�e may authorize minor variations in the Wark from the requirements of the Contract Docuzx�ents which do not involve a� adjustment in the Cantract Price ar the Contract Time and are compatible wi�h th� design cancept of the completed Project as a functioning whole as ir�dicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 �ejecting Defective Wark City vvi11 have autharity to reject Work which City's 1'roject Representative believes to �e defective, or will not produce a carnpleted Praject �hat co�nforms to the Contract Doeuanents or that will prejudice the mtegrity of the design concept of the com}�leted Project as a functioning whole as indicated by the Contract Documents. City will have auf.hority to canduct speczal inspectian or testing oi the Wark as provided �n Art�cle 13, whether ax not the Work is fabricated, installed, ar completed. 9.05 Deterr�zznatians foY Work Perfar�raed Contractor will deternnzne the acfuat quantities and ciassificatians �f Work performed. Gity's Project Representative witl review wiih Contra.ctor the preliminary determination.s on such matters bef�re rende�ing a written recommendatian. City's written decision will be final (except as modified to reflect changed factual condiiions or more accuraie data). 9.06 �ecisions o�a Requi�ements of Contract Documents and Aoceptability of WoNk A. City will be the �iz�itial intez�preter of the requirerz�ents af the Contract Documents and judge of the acceptafi�ility ofihe Work thereunder. B. City will render a written decision on any issue r�ferred. C. City's written decisior� on the issue referred will be final and binding on the Cantractor, s�bject to the provisions of Paragr�aph I0.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK � 10.0 � Authorized Changes an the Wo�k A. Without invalidating tk�e Contract and without notice to any surety, City may, at any tz�e ar from ti�ne to tizne, order Extra Wvrk. Upon notice of such Extra Work, Contracior shail promptly proceed �+ith the Work involved which wiIl be performed under the applicable condjtions a�'the Cantract Documen.ts (except as ofh.erwise specifically provided). Extra Work shall be memarialized by a Change Order which may or may not precede an order of Exira work. B. Far minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. c.:E�r o� Fox�r wox� STANDARD CONSTRiJCTION SPECIFCATION DOCUMENTS Revision: Tkr.ember2l, 2012 OD'7� OQ - l Genera] Condifions Pagc 39 of 43 10.Q2 UnauthoNiaed Changes in the Work Contractor shaIl not be entitIed to an increase in the Contract Price ar an extension of the Contract T'rme with respect to any work performed that Fs not required by the Contract Docu�nents as axz�ended, modified, or supptemen.ted as provid�d in Paragra.ph 3.04, exce�t in ihe case of an emergency as provided in Paragraph 6.17. 10.03 Execut�or� of Change Ot�d�rs A. City and Contcactor sk�all execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by Ci�y pursuan# to Paragraph 10.O1.A, (ii} required because a£ accep�ance oidefective Work ur�der Parag,raph 13.08 or City's correction of de�ective Worlc under Pa�-agraph 13,09, or (iii) agreed to by the parties; 2. changes in th� Contract Price or Contract Time which are agz'eed to by the parti�s, incIuding any undispnted surn or amount of time for Work actually performed. 10.04 Extra Work A. Shoulcf a differenee arise as to what c�qes or does not constiiute E�ra Work, or as to the payment thereof, and the City insists upon zts perforrnance, ti�e Cantractor sha11 proc�ed with the work aftex• making written request for vvritten order� az�d sha11 keep accurate account of the actual reasonable cost thereo% Cantract Clai.ims regarding Extra Wa�•k shall be made pursuant to Paragraph 10.06. B. The Contractor sl�aIl furnish the City such installation records of all deviations from the original Cantracf Documents as may be necessary to enable the City to prepare for permanent record a corrected set ofplans showing �kze actua.� installation. C. The campensation agreed upon for Extra '1+Vork wheth.er or not initiat�d by a Change �rder shall be a fiill, eornplete and final payment £or al1 costs Contractor incurs as a xesult ar relating to the change or Ex�ra Work, whetY�er said cosYs are lrnown, uzilanown, fore�een or un�oreseen at that time, incIuding without lirnitation, any costs �ar delay, extended ov�rhead, ripple or i�pact cost, or any other effect on changed ar unchangec� work as a result of the change or Extra Work. 10.05 Natdficatiora to Sarrety If the provisions of any ban.d require notice to be give�n to a�urety oF any change aff�cting the g�n�ra,[ scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Pric� or Contract Time), the giving af any such noi:ice will be Contractor's responsibility. The atnount of each applicable band will be adjusted by the Contractor to re�lect the effect of any such change. crr�r oF �oRrwox� S CAN�ARD CONSTCtUCT[ON SPECIFCATiON DOCUN[ENT'S Re�ision: deeember2l, 2032 Q0 72 00 - I General Conditioos Page 40 of 63 1QA6 Caniract Claims Process A. City's Decision Required: All Con�ract Clairns, except �kl�ose waived pursuant to Paragraph 14.03, shali be referred ta the City far c�ecision. A decision by City shall be required as a condition precedent ta any ez�ez'cise by Contractor of any rights or remedies he nnay otherwise nave under the Contract Docum�nts or by Laws and Regu�ations in respect af such Contract Claznns. B. Notice: 1. Written notice stating t�e general nature of each Contract Clairn shall be delivered by the �� Cont�actor to City no later than 15 days after the start of the event giving rise thereto. The ,' responszbility to substantiate a Contract Claiam shall rest with the par�y making the Cantract C1aim. � 2. Natice of the ar�nount or extent of the Contract Claim, with supporting data shail be delivered � �o the City on or before 45 days from the start of the event giving rise thereto (unless the City � allows additional time for Contractor ta submit additional or more accurate data in support of . �. such Con�ract Glaim). , 3. A Contract Claim for an adjustment, in Contt'act Price shall be prepared in accordance with the provisions af Paragraph 12.01. 4. A Coniract Claim for an ad,�ustment in Contract Time shall be prepared in aceordance with the provisions of Paragraph 12.02. S. Each Contract Clairn shal! be accompanied by Contractor's wrii�en stat�ment that the ;� adjustment cIaimed is the enti�e adjustment to which tY�e Contr�ctor believes it is er�titled as a result of said event. 6. The City shall subrnit any response to the Contractor within 3a days ai�er rec�ipt of tha claimant's last submittal {unless Contract allows additional tirne). C. City's Action: City wiIl review each Contract Claim and, wiihin 30 days after receipt of the last subzx�ittal of the Cont�actor, if any, ta.�e one af the fo�lowing actions in �writing: 1. c�eny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Cont�•actor that the City is unable �o resolv� the Contract Claim if, in the City's sale discretion, it rvouId be inappropriate %r the City to do so. For purposes oi further resolution of the Contract Claim, such notice shall be deemed a denial. : �.�.., o� Far�r war�mx 5 I�ANDARD CpNSTRiTCT10N SPECIFCATTO[�T DQCiIN[EN"I'S l�evision: Uocember2l, 2012 s�072Qu-1 General CondiEions Page 4l of 63 D. City's written actian under Paragraph 10.06.0 will be finai and binding, unless City OT Contractor invoke the dispute resalution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract C�airn for an adjustment in Contract Price ar Contract Time will be valid if not subn:�itted in accardance with this Paragraph 10.06. ARTICLE II — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QU,ANTTTY MEASUREMENT ] 1.01 Cost of tl�e Work A. Costs In�Iuded.• The term Cost o�the Worlc means the sum of all costs, except those e�clt�ded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper perfarmance of the Work. When the value of any Wark covered by a Change Order, the casts to �e reimbursed to Contractor will be oniy those additional or incremental costs required b�eause of the change in the Work. Such costs shall not include any Q£ th.e costs itemized in Paragraph l l.O I_B, and shall include but not b� limited to the following items: Payroll costs for emp�oyees in the direct employ of Contractor in� the performance of the Work urzder schedules of job classifications agreed upon by City and Contractor. Such eznployees shall include, without limitation, sUpe:rintenc�ents, fo��emen, and other personnel empIoyed full time on the Work. Payrol� costs for employees not employed full time an the Woxk sh.all be apportioned an the basis of iheir time spent on the Work. Payroll costs shall incIude; a. salaries with a SS% znarku.p, or b. salaries an.d wages plus the cast a� fringe benefits, which shall include social security c,ontributions, unemploycr�ent, excise, and payroll ta�ces, warkers' compensation, healtl� ar�d retireme�t bene�its, bonuses, sicic Ieave, �aca#ian and holiday pay applicable thez-eto. Th.e expenses of performing Wark auiside o� Regular Wax�Cing Hours, Weekend Working Haurs, oz' legal holidays, shall be included 'zn the above to the extent aulharizec� by City. 2. Cost of a11 materials and equiprnent furnished and incorpoxated in the Work, including costs of transportation and storage �ereo� and Suppliers' field services required in connection therewith. 3. Ret�taIs of all construction equ�pznent and machirtery, and the parts thereof whether rented from Contractar ar otk�ers in accordance with rental ag7reetnents approved by City, and the casts o#'transportation, loading, unloading, assembly, dismantling, and reznoval thereaf. All such costs shal! be in accordance with the terms of said rental agreements. The �•ental flf any such equipment, machinery, or parts shaIl ccase when the use thereof is no Ioz�ger necessary for the Work. CTTY OF F�RT WORTH STA]VflARD CONSTRUCTION SPECTFCATION DOC!lN�AITS Revision: Dsce�nUer21, 2612 ao �2 ou - � General Conditioi�s Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work perfox•�nned by Subco�tractors. If requzred by City, Cantractor shall obtain competitive bids fro�n. subcontractors acceptable to City and Contractor and shall deliver such bids to City, who wilI then determine, which bids, if any, will b� acceptable. If any subcontract provides that the Subcontractor is to be paid on the ba,sis of Cost af the Wark plus a f�ee, the Subeontractar's Cast of the Wark and fee s�aa11 be determined in the satne manner as Coniractor's Cost of the Work and �ee as provided in this Paragraph 11.41. � 5. Costs of special consnitants (including but not liz�aited to engineers, architects, tesfiing labaratories, surveyors, attorneys, and accountants) �mployed for services specifically related to the Waxk. 6. Supplemental costs izacluding the fallowing: a. The pro�oriion of necessary transportatian, travel, and subsistence expenses of Contractox's ez�ployees incurred in discharge of duties connected vvith the Work. b. Cost, including transportation and maintenance, of aIl materials, supp�ies, equipment, nnaGhinary, appliances, office, and temporary facilities at the Site, and hand tools not awned by the workers, which are consuzaaed in the perfarmance of tne Work, and cost, less rna.rket value, oi such 'rtems used but not consun:zed which remain the property af Contractor. c. Sales, cansumer, use, and otli�r sirni�ar taxes rela�ed to the Wark, and for which Contractor is liable not covered under Paragraph 6.11, as innposed by Laws and Regu.lations. d. Deposits lost for causes other than negligence of Contractor, a.ny Subcontractor, or anyone directly or indirectly employed by ar�y of them or %r whose aets any of them may be liable, and royalty payments and fees for permits and licens�s. E. LOS505 and damages (and retated e�penses) caused by damage to the Work, not co�x�.pensated by insurance or oth�rwise, sustained by Contractor in connection with the perfonnance of the Wark, pro�ided such losses and damages ha�e resulted from causes ather #han t�e negligence of Con�ractor, any Subconiractor, or anyone directly or indirectly employed by any of the�x�. or for whose acts any of them� zxiay be liable. Such losses shall include s�ttlements made vvith the written consent and approval of Ciiy. No such lasses, daznages, and e�penses shalt be included in the Cost af the �prk for t�ie purpose of determining Cont�'actor's fee. f, The cost of �tflities, fuel, and sat�itary facilities at the Site, g. Minor axpenses such as telegrams, long distance telephone calls, telephone and coznm.unication services at t�e Site, express and courier services, and simila�' petty cash ztems in connection with the Worl�. C 17Y QF FOltT WQItTH STAIVUAItD CONSTRiICTION SPECIFCATION DOG[1MEN"I'S Revisivn: December2[, 2012 "uu 72 O�i - l Geneeal Conditions Page 43 af 63 h. The costs ot'prerr�iums for all bonds and insura�ce Contractor is required by the Coniract Documents to purchase and maintaYn. B. Costs F�cluded: The term Cost of the Work sha11 not include any af the following it�ms: I. i'ayroll cdsts and other compensaiion of Contractor's officers, executives, principals (of partnerships and sole praprieiorships), general managers, safety managers, engineers, architects, estinr�atars, attorneys, auditoz•s, accountants, purchasing and cont�•acting �gents, expediters, timekeepers, clerks, and other persannel employed by Contractor, whether at the Site or in Contractar's principal or branch office for general adn:�inis�ration of the Work and �at ��ecy�icall�� inc�uded in the agreed upon sehedule of job classifications r�ferred t� ir� Paragraph 1�.OI.A.1 ar specifically ca�ered by Paragraph � 1.01 _A.�, all of which are tio be considered adm�nisirative costs covered by the Contxactor's fee. 2. Expenses of Contractar's principal and branc� o�fices other than Cantractor's o£�ice at the Site. 3. Any part of Contr�etor's capital expenses, including interest on Contractor's capitaI en�ployed %r the Work and charges against Contractor far delinquent payments. 4. Costs due to the negligence of Contractor, az�y Subcontractor, or anyane directIy or indirectly employ�d by any of them or for whose acts any of �ezxa may be �iable, including b�t not lirnited to, the correction of def�ctive Wark, disposal of materials or equipment wrongly supplied, azad making good any darnage to properry. 5. Other overhead or general e�ense costs of any kind. C. Contractor's Fee; tilVhen all the Wark is performed on tk�e basis of cnst-plus, Cantractox's fee shalI be determirzed as set forth in �he Agreement. When the value of any Work covered by a Change Orde�• for an adjustYnent izx Contract Price is deternrxined on the basis of Cast of the Work, Contractor's fee shall be determirned a� set forih in Paragraph I2.O X.C. D. Daczcmentation: Whenever the Cost of the Work for any purpose is to be detertnined pursuant to Paragraphs I 1.O1.A ar�d 11.0 J.B, Contracior will establish and maintain records thereof in accordance with �en�rally accepted accauntrng practices and submit in a forrn acceptable to Ci�y an itemized cost breakdawn together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood #hat Contractor has included in the Cflntract Pt�ice all allawanc�s sn named ir� the Contraci Docu�nents and shall ca�se the Work so cavered fo be per%rmed £or sueh sums a�d by such persons or entities as nnay be acceptable to Gity. B. Pre-bid Allovvances: 1, Contractor agrees �hat: CITY QF FO[LT WOR1� S']'ANDARD CQNS'I'RUCTION SP�CIFCATION bpCUMLNTS Re�ision: llocemlxr2l, 2012 DO7200-! General Conditions Page 44 oF53 a, t1�e pre�bid allowances include the cost to Contractar of materials and eQuipment required by the aIlowances to be delivered at the Site, and all applicable ta�ces; and = b. Contracfior's costs for �loading and handZing on the Site, labor, installattan, overhead, proiit, and other expenses contemplat�d for the pre-bid allowances have been included in the a�lawances, a�nd no derriand for additional pay�x�.ent on account of any af the for�going will be valid. G Contingency Allowance: Coniractor agrees that a continge�cy allowance, if any, is for the sole use of Gity. . D. Prior to �nal payment, an appropriate C�iange Order will �e issued to reflect actual arrxounts due Contracior oti account of Wark covered by ailowances, and the Contract Pric� shall be correspondingly adjusted. 11.03 Unft Price Wa�k A. Where the Contract Docun�ents pravide that all or part of the Work is �o be Unit Price Work, initialiy the Contract Price will b� deem�d to include for all Unit Price Wark an amount equal ta the surn of the unit price for each separately identi�ed iterr� of Unit �rice Wc�rk times the estiznated quantity of each item as indicated in the Agreernent. B. The estimated quantities a� items of Unit Price Work are nat guaranteed and are solely for the purpose o£ comparison of Bids and determining an initial Contract Price. Detercn.inatians of the actual quantities and classifications of Unit Price Work per%rmed by Contractor vvi�3 be made by City subject to the provisions ofParagraph 9.OS. C. Each unit price wiil b� deerned to include an arnount considcred by Con�ra�tor to be adequate ta co�+er Contz�actor's overhead and profit for each separately identified 'ztezxx. Work described in the Contract Documents, oe reasonably inferred as reqUired for a functionalIy complete installation, but not identi�ed in the �isting of unit price items shall be eonsidered irzcidental ta unit price work Listed and the cast of incidental work included as part of the unit pric�. D. City may rnake an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quar�tity af any item of Unit Price tiVork performed by Contractor differs nr�aterially and significantIy from the estimated quanti�y of such item indicated in th� Agrecment; and 2. there is no corresponding adjustrnent with respect to any other item of'Work. E. I�tcr�eased ar Decreased Quantitaes.� T�e City reserves the right to order Extra Wor�C in accordance with Paragraph I0.41. If the changes in quantities or the alterations do not significantly change the character of vtrork under the Contract Dacuments, the alteted work will be paid %r at th� ContracC unit price. ; . i-�� r�rFaxTwox� �l ANDARD CONSTRUCTIQN SPECIFCAT[OIS DOCUIVEENTS RevisiQn: Dacem6er2l, 20 E2 OQ?200-1 Genera] Conditions Page 45 af 63 2. If the changes in quaantities or alterations significantly change ihe character of worl€, the Contract wiIl be amended by a Change Order. 3. Xf n�o unit prices exist, this wilI be cansidered Extra Work and the Contract will be amended by a Change Order in aecordanee vvith Article 12. 4. A significant change in the character af woz-k occurs when: a. fhe chaxacter of work for any Item as altered di#�ers materially in kind or nature fro�n that in the Contraci or b. a Major Item of v�rar� va�ries by� rnore than 25°/fl from the original Contract quantity. 5. When the quantity of wark to be done under any Major Item of the Contract is rnore than 125°� of the ariginal quar�tity stated in the Cantract, then either pat-ty to the Cantract may request an ad�ustment to the unit price on the portian af the work that is al�ave 125%. 6. When tk�e quan�ity of work to be done under any Major Item of the Cantract is Iess than 75% oF the ariginal quantity stated in. the Con�ract, then either party ta the Cont7ract may request an adjustment to the un.it price. 11 A4 Plans Quantity Measurement A. Piaz�s quantities rrta� or rnay n�t represent the exact quantit� af work performed or material moved, handled, ar placed dUring t�e execution o� the Contract. The estima#ed bid quantzties are designated as �inal payment quantities, unless revised by the governing Section or this Article. B. I£ the quazxtity measured as ouilined under "Price and Payment Procedures" varies by more than 2S% (or as stipulated under "Price az�.d Payrnent Procedures" for specific Itenns) frozn the total estimated quantity for an individual Item originalIy shown in the Colitract Docurnents, an adjusiment may be made to the quac�tity of authorized wor[� done %r payrrient purposes. The party to the Coniract req�esting the adjustment will provide fie�c� zx�easu�eznents and caiculations shawing the final quantity for �nrhich payment �vill be nnade. Payment fnr r�vised quantity wiil be made at the unii price bid for that Itetz�, except as provit[ed for iz�, Article 10. C. When quantities are revised by a change in design approved by the City, by Chazige Order, or to cflrrect az� enror, or to correct an error on the plans, the plans quantity will be increased or decreased by the amaunt �invol�ed in the change, and the 25% variance will apply to the new plans quantity. D. If the total Cantract quantity m�aItiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plan,s quantity Item, th�n ihe Item may be paid as a pEaz�s quantity �tern if the City and Contractor agree in writing to fix t11e final quaniity as a plans quantity. CITY OF FORT WOitTfl STANDARD CONSTRIJCTT03+1 SPECIFCATION DpCUMElVTS Revision; Dacxmi�ei2l, 2032 oa �� oo - t Ge��eral Conditions Page 4b of 63 E. For callout work or non-site specific Contracts, the plans qUan.tity measurement requirements are not applicable. ARTICLE 1� — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contrac� Prfce A. The Cont�act Price rnay only be c�anged by a Cl�ange Order. B. The value af a�y Vi7ork covered by a Change Order wi11 be determined as follows: 1. where the Work invo�ved is covered by unit prices contain�ed in the Con�i-act Documents, by appIication of such unit prices to the quantiiie� of the ite�ns invol�ed (subject to the provisions ofParagraph 11.03); ar 2. where the Work involved is not covered by unit prices contained in the Contxact Documents, by a mutually agreed l�amp s�m vr unit price (which may include an allowance iar o�erhead and profit not necessariiy in accardance with Paragraph 12.O1.C.2), and shal� iz�clude �he cost of any sec�ndary impacts that are foreseeable at the tirne .af pricing the cost of Extra Wark; or - , 3. where tk�e Work invalved is nvt co�ered by unit prices contained in ti�e Contract Docum.ents .. and agreetnent to a lump sum or unit price is not reached under Paxagraph 12A1.B.2, nn the basis of t�e Cost of the Work (deterrn.ined as }�rovided in Paragraph �lAl) plus a ��; Contractar's fee for overhead and profit (determined as provided in Paragraph 12.O1.C). C. Contf-actor's Fee: The Contractor's additional fee for overhead and profit shall be dete�ined as follows; 1. a rnutually acceptable fixed fee; or ' 2. if a��ed �ee is nat agreed upon, theu a�ee based on the following percentages af the various ` - portions ofth� Costo�'the Work: a. for costs incurred under Paragraphs 11.O1.A.1, 11.01.A2. and 1I.01.A3, �he Contractor's additional fee shall be 15 percen� except for: 1) rental fees for Can�ractor's own equipment using standard ren.tal rates; ,� 2) bonds and insurance, b. for costs incurred under Paragraph 11.01.A.4 and 11.O1.A.S, the Contractor's fee shall be �Zve percent {5%); 1) where one or mo're tiers of subcontracts are on the basis af Cast of the 'Work plUs a fee and no fixed %e is agreed upon, the intent of Paragraphs 12AI.C.2.a and I2.O1.C.2.b is that the Subconiractor who act�ally perfot�x�.s the Wark, at whatever Cii'Y O� FORT WOR'iTi STANDhRD CO3�f5'TIZUCTION SP�CTFCA�'ION DOCUMEIZTS Revision: Deee���1er21, 2012 0072OD-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontx-actor under Paragraphs 1 i.OI.A.1 and ��.O1.A.2 and that any higher tier Subcontractor and Contractor will eaoh be paid a�ee of �ve percent (5%) oithe amount paid to the next Iower tier Slibcontractor, hov��e��er i� no case shalI the cumulaiive total of fees paid be in excess of 25%; c, na £ae shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.O1.B; d. the a�aouz�t of credit to be aIla�red by Contractor to City for any change whi�h results in a n�t d�crea�e in cost �vill be t�e �n�unt af thc actual r��t d�crease in eQst plus a deductior� in Contractor's feE by an amoUnt equal to fve percent (5°/0) of such nei d�crease. I2.02 Change of Contruct Tirzze A. The Contract Time may onty be changed by a Change Order. B. No e�tension of the Contract Time will be allowed far Extra Work or for claimed delay unless the Extra Wnrk contemplated ox claimed delay is s�otivn ta be on the c�itical path of the Project ScheduIe or Cantractor can show by Critical Path Me�od analysis hor�v tha E�tra Work or claimed delay adversely affeets the critical paih. 12.03 Delays A. Where Contractor is rea�onabIy delayed in the p�rformance or completion of any part of tlze Work witkzin the Contra.ct Tirn� due to delay beyon�l the control of Cpniractar, the Ganiract Tzzne z►�ay be extended in an amount equal tv the time lost due to such delay i� a Contract Claim is n�ade therefor. Delays beyond the control nf Contractor shall z�zclude, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractars perFarming other work as contemplated by Article 7, fires, flaods, epidemics, abnonnal vveather conditions, or acts of God. Such �an adjust�nent shaIl be Contractor's soie and exclusive remedy for th� deZays described � �his Paragraph. B. If Contracior is deIayed, City shall not be liable ta Cantractor for any claims, eosts, losses, or damages (it�cluding but not limited to all fees and charges of engineers, architects, attorneys, and other professionaIs and alt court or arbitration ar other dispute rasolutian costs) sustained by Contractor o� or in connection with any other praject or anticzpated project. C. Cantractor sk�all n.ot be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Cantractor. Delays aitributable to and within �he control of a Subcontractor or Supplier shall be deemed to be delays within, �he control of Contractor. D. The Contractor shall recei�e no compensation fo�� delays or �indrar�ces to the Worlc, except when direct and unavoidable extra eosi to th� Contractar is caused by the failure of fhe City to provide in�ormatiarz ar material, if any, which is to be furnished by the City. cz�r or FoxT woxTx STANDARD CONSTRUCTCON SPECIFCA1101Y DDCUMENTS Revisian: D�ember2l, 2012 047200-1 General Condiiians Page 48 oF 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTIDN, REMOVAL OR ACCEPTANCE OF DEFECTiVE WORK 13.01 Notice of Defects Notice of all defective Wark of w�ic� City has ach�al knowledge will 6e given to Cantractor. Defecti�e Work may he re�ected, corrected, or accepted as pravided in this Ar�icle 13. i 3.02 Access to Work City, inciependent testing laboratories, and gove�mental agencies with jurisdiciiona! interests will have access to the Site and the Work at reasonabl� times for their observation, inspection, and testing. Cantractar shall provide theixz proper and sa% conditions for such access and advise thezn o� Cantractar's sa�ety procedures and programs so that they m�y comply therewith as applicable. 13.03 Tesis and 1'nspections A. Contractor shall give City timety noiice of readiness o£ the Wark for ali required inspectians, tests, ar approvals and sha�I cooperate with inspection and testing personnel to facilitate rec�uired inspections or tests. B. If Contract Dacuments, Laws ar Regulations af any puhlic body having jurisdiction require any of the �Vork (or part thereo fl to be iunspected, tested, or approved, Contractor shall assu�ne £ull respar�sibility for arr�nging and abta.ining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates af inspection or approval; �;xceptin,g, ho�wever, those fees specifically identified in tt�e Supplementary Conditions or any Texas Department of Licensure and Regnlaiion. (TDLR) inspections, whicn shall be paid as described in the Supplementary Conditior�s. C. Contractor shall be responsible for arranging and obtaining and shalI pay a�l costs in connection with any inspections, iests, re-tests, ar approvals required for City's acceptance of materials or equipment �o be incorporated in �he Work; or acceptance of rnaterials, mix designs, or eyuiprnent submitted for approval prior to Contractar's purchase thereoi for incorporation in the Wor1�. Such inspections, tests, re-tests, or approvals shall be perfortned by organizations acceptable to C1�. D. City may arrange for the servicas of an independent test�ng �aboratory ("Testing Lab") to perform any inspections or fests ("Tes�ing") for any part of th� Work, as determined solely by City. 1. City will coordinate such Testing to the �xtent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a"iail", "did not pass" or other similar negative result, the Contractor shall be respansible far paying for any and all retests: Contractor's cancellation without cause of City in.itiated Testing shall be deer►�ed a negative result and require a retest. � ' I !'1' QF FORT WC}RTH � CANDARD CONSTRUCITOI+f SPECIFCATiON DOCUMEIV7S Revision: Doce�nber2l, 20l2 QD 72 DD - L C`ieneral Conditions Page 49 of 63 3. Any amounts owed for any ret�st under thzs Section 13A3 D shalI be paid directly to the Testing Lab 6y Contractor. City will forward aIi invoiees for retests to Contrac�or. 4. If Contractor faiIs to pay the Testing Lab, City wiIl not issue �'ir�al Payment until the Testirig Lab is paid. E. If any Work (or tl�e work of others) that is to be inspected, tested, or appro�ed is covered by Con�ractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work %r observation. F. Uncovering Wark as �ro�ided in Para�aph 13.Q3.E shall be at Contractor's exnense. G. Contractor shall have the right to rt�.alce a Cantract Claim regarding any reiest ar invoice issued under Section 1.3.03 D. 13.04 Uncovering Wo�k A. T£ any �or[c is covered cont�•ary to the Contract Documents or specific instructions by #he City, it must, i� requested by City, be unco�+ered far City's observation and r�plac�d at Contractor's expense. - B. �� City considers it necessa�-y or advisable that cavered Work be observed by City ar inspected or tes�ed by others, Contractor, at City's request, shall uncover, expose, or otHerwise malce available for abservation, inspection, or testing as City may require, that partion af the Work in� question, furnisning all necessary labor, znaterial, and equipment. 1. ]f- it is tour�d that the uncovered Work is defective, Cani-�-actor shaI? pay all claims, costs, losses, and damages (incIuding but nat liumited to all fees and charges of engineers, architects, attorneys, at�d other professionals and all court or otl�er dispute z'esolution cosis) arising out of ar relating to such uncovering, exposure, a�servation, inspection, and testing, and of satisfactory replac.�rnent or reconstzuction (including but not lirnited ta all costs of repair or replanernent of work of others}; or City shail he entitled to accept defectivc Work in accordance with Paragraph 13A$ in which case Contractor shall still be responsible for all costs associated with expasin.g, ohserving, and testing ihe defective Worrk. 2. If tne uncovered War� is not found to be de%ctive, Cantractor shall be allowed an inerease in the Contract Price or an extension af the Contract Time, or both, directIy attributable to such �ncovering, exposure, abservation, inspection, testing, replacerne�t, and recanstruction. 13.OS City May Stop the �York If the Work is defective, or Contractar fails ta supply sufficient skilled workers or suitable materials or equipzr�ent, or fails to perform the Wo�•k in such a way ti�at the completed Work wi11 conform to the Contract Documents, City may order �ontractor to sta� the Wark, or any portion thereof, until the cause for such order has been eliminated; however, this right of Gity�to stop the Work shaIl not give rise to any duty on the part af City tio exercise this right fo�• the beneft of Gontractor, any CI1'Y OF FORT WORTH 5TAN17ARD CONSTR�JCTION SPECIFCATlON DOCUMENTS Revisinn: December 2l, 2012 oo7zoa- � General CondiEions Page 5fl af G3 Subconiractor, any Supplier, any other individual or ennty, or any sureiy far, or emplayee or agent of any of them. 13.Ob Corr�ectfon or Removal ofDefective Work A. �'rv�rn.ptly after receipt o� wriiten notice, Contractor sha11 correct a1f defective Work p��rsuant to an acceptable sch�duIe, vvhether or not fabricated, installed, ar completed, or, if the Work has been rejected by City, remove it from the Project and repiace it with Work that is not defective. Contractor shall pay all claims, costs, ac�ditional testing, losses, and damages (including b�xt not lit�ited to all fees and charges of engineers, architects, attorr�,eys, and other prafessionals and alI court ar arbitratioz� ar other dispute resolution costs) arising aut of or relating to such cotxection or removal (including bui not limited to all costs of repair or replacemen� of work of others). �ailure to requite the rennoval of any de£ective Work shall r�ot cons�itute acceptance of such Woric. B. When correcting defective '�Vark under the terms o� this Paragraph I3.06 or Paragraph 13.p7, Cantractor shall take no action that would void or otherwise impair City's special �arranty and gua�'antee, if a.�y, on said Work. 13.07 Cor�rectfon Pe�aod A. If within rivo (2) years af�er the date of Final Acceptance (or such lo�ager �eriod of time a� rnay be prescribed by the terms of any appIicable special guarantee required by the Contract Documents}, any Work is found to b� defective, or if the repair of aray damages to the land ar areas made ava.ilable for Con�actor's use by City or p�rmi�ted by Laws and Regulations as contemplated in Paragraph 6. i D.A is found to be defective, Contra�tor shail promptly, withvut cost to City and in accardance with City's writ�en instrUctions: 1. repair such defecttve Iand or areas; or 2. correct such defective Work; or 3. i� the defective Wark has been rejected by City, remove it fr4m the Project and z'eplace it with Wark that is not defective, and 4, sa�titsfac#orily cortect or repair or remove and replace any damage to other Worl�, to the work of others or ather land ar areas resulting therefrom. B. �f Cantractor does not prnmptly comply with the terms of City's written instructians, or in an ernergency where delay would cau.se serious risk of loss or damage, City �nay have the defecti�e Work corrected or repaired or may have �he rejecied Work removed and repIaced. All clairns, cvsts, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all caurt or other dispute reso�ution costs) arising out of or relating to such cocarection or repair or such removal ar�d replace�nent (includiz�g but not limiied to al� costs of rapair or replacement of work of others) wiil be paid by Contractor. ': i"I Y OF I'OItT W012TH ST'ANDARD CONSTRUCTION SPECIFCATIQAf bOCUMENTS lZevision: Deceanber2l, 2012 . � , � ,, oonoo-7 General Conditions Page 51 of b3 C. In special circurtasiances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that ite�n may start to run from an earlier data if so provided in the Contract Dacuments. D. Where defective V�loric (and damage ta other Work resulting therefro�n) has been corrected or removed and replaced under thts Paragraph 13.07, the correction period hereunder with respect to sueh Work may be required to be extent�ed for an additional period af one year after the end of the initial correction period. City shall provide 30 days written notice to Con.tractar should such additianal warranty coverage be reyuired. Contractor may dispufe this requirement by iiling a Contract Claim, pursUant to Paragraph 10.Q6. E. Contractar's obligations under ttris Paragraph 13.07 are in addition to any other obligation or warranty. The pravision� of this Paragraph 13_07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation ar repose. I3.08 Acceptance ofDefeclive WoYk 7f, instead of requiring carrectian or removal and replaceinent a� defective Work, City prefers ta accept it, City may do so. Contractor shall pay all clazzr�s, costs, Iosses, and. dam.ages (in.clucfing hut not liznited to all fees and charges o� engineers, architacts, attorneys, at�d o�her professionats and a11 court or other dispute resolution eosts) a#tributable to City's evaluaiion of and deterzx�ination to accept such defecti�e Work and #'or tile dim�nished �alue oi the Work to the extent nat otlzer-nvise paid by Contractor. If any such acceptance occurs prior ta �inal Acceptazace, a Change Order will be issued incorporating the necessary re�visians in the Cantract Documents with respect to ihe Work, and City shall be entitled to an appropriate decrease in fhe Contract Pric�, reflecting the diminished value of Work so acceptecl. 1.3.09 City May Co�ect Defective �o�k A. If Con�ractor fails within a reasonabl� time after written notice from City to ca�rect defective Wark, or to remove and replace rejected Vi�ork as required by City in accordance vvith Paragraph 1.3.06.A, or if Contractor �ails to parform th� Work in accordance vvith the Gontract Dacuments, or if Cont�•actor fails to caFnply with any other pro�ision of the Contract Documents, City ma�, after se�en (7) days written notice to Cantractor, correct, or remedy an.y such deficiency. B. �n exercising the rights and rernedies under �his Paragt•aph i3.09, City sha.�l proceed expeditiously. Jrz connection with suck� carrective or r�m�dial action., City may exclude Contractor fram all or �aart of the Site, take passession af alI or part of the Worlc and suspend Contractor's services related thereto, and incorparate in the Work all mate�•ials and equipment incorporatad in the Work, stored at the Siie ar for w3�ich City has paid Cantractor but which are stored elseuvhere. Contractor shalt ailow City, City's representaii�es, agents, cansuItants, �mployees, ar�d City's other cantra.etors, access to ti�e Site ta enabie City ta exercise the rights and rernedies under this Paragraph. C. All claims, costs, losses, and darnages (including but not limit�d to all fees azad charges of engineers, architects, attarneys, anc� other professionals and all court or oiher dispute resolution C17'I' OF FOItT WORTH STANBARD CONS`I'RUC`3'[QN SPECIFCATION D�CUME[�fTS Re�ision: fJe�ranber2l, 2012 oo7�oa-i General Conditions Page S2 of63 costs) incurred or susiained by City in exercising the rigk�ts and x•emedies under this Paragraph 13.09 will be charged against Contra�tor, a.nd a Change Ord�r wiIl be issued incoz�p�rating the nece�sary re�risions in the Contract Doeuments with respeet to the Work; and City shal� be entitled to an appropriaie decrease in the Contract Price. D. Cantractor sha�l not be allowed an extension of the Cantr�.et Time because of any deIay in the per�armance of the Work attributable to �-ie exercise of City's righ.#s and remedies under f1�is Paragraph 13 A9. ARTICL� 14 — PAYIV�NTS TO CONTRA,CTOR AND C4MPLETYON 14.01 Schedule of iral�ces The Schedule af Values for lum� sum cantracts established as provided in Paragraph 2.Q'1 will serve as the basis for progress payments and wi�l be incorpora�ed into a form ni Application �'ar Payznerzt acceptable to City. Progress payments on acca�nt ofi7nrt Price Work will be based on the nurnbe;r of units corripleted. 14.02 Progress Payments A. Applications for Payments: 1. Contract�r is responsible for �roviding a1l inforrnation as required to become a vendor oitlae City. 2. At Ieast 20 days before �he da'te established in the GeneraI Requirements for each progress payment, Contractar shall subrr�it to City for review an Application iar Payrnent fiiled out and signed by Cogtractor cavering il�e Wotl� completed as of the date of the Application and accompanied by such supporting documentation as is required by tt�e Contract Documents. 3. If payment is requesied on the basis of materials and equipment nat incarporated in the Work but deIivered ar�d suitably stored at the Site or at another locatinn agreed to in writing, th.e App�ication for Payment shall also be accompanied by a bill of sale, invoic�, ar other dac�z�aentation wa�-ranting that City has received the materials and equiprnent f�ee an.d ciear af all Lfens anci �vidence that the materials and equipment a�re covered by appropriate insuz-ance or ather acxangements to protect City's interesti therein, aI1 of which tx�ust be satisfactory to City. 4. Beginning with the second Application for Payrttent, each Application shalj inciude an aifdavit of Contractor stating that previous progress payments r�ceived on account of the Work have been applied on account to discharge Contractor's legitimate abligations associated with prior Applications for Payment. 5. Th� amount of retainage with respect to progress payments wi�l be as stipuIated in the Contract Documents. � :� r�r o� �o�r woz��rx STA3IDARD CONSTRUCTION SFECIFCATION DOCUMENTS Revisian: Lkcembar2l, 2012 00 7z oa - � Genera€ Canditions Page 53 of 63 B. Revfew ofApplications: 1. City will, after receipt af each Application far Payment, eitiier indicate in writing a recornmendation of payment ar return the Application ta Contractar i�dicating reasons for r�fusing payment. In the latter cas�, Contractor zx�ay make the necessary corrections and resubmit the Application. 2. City's processing of any payment r�quested in an Applicatian for Payment will he based on City's observations of the e�ecuted �Vark, and on City's review of the Application for Payment and the aecompanying data and schedules, that to the best of City's l�owledge: a. the Work has progressed �o �he point indicated; b. the quaIity of the Work is generally in accardance with the Contract Dace�ments (subject to an e�aluation of the Work as a, functio�zing whol� priar ta ar upon Finai Acceptance, the results of any subsequent tests calIed %r in the Contract Dacuments, a final determina�ion o£ quantities and classifications �or Work performed under Paragraph 9.05, and any other qualifications stated in the recommendatidn). 3. P�rocessing any such payment will not thereby be deemed to have represer�ted that: a. inspections made to check the quality or ihe quaz�.tity of the Work as it has been perfort�,ed have been exhaustiva, extended to every aspect o� the WQrk in progress, or invo�ved detailed Fnspecfians af t1�e Work beyonc� the respo�sibilities specifically assigne�d to City in the Contract Documents; or b. 1;here anay not be other matters or issues between the parties �hat znight entitle Cont�-actor to be paic� additionally by City ar entitIe City to withhold payrnent to Contractor, or c. Contractor has cornpiied with Laws and Regulatiorzs applicable to Contractar's perforn�ance ofthe WorIc. 4. C�ty zn.ay refuse to process the whale or any part o�' any payment because of subsequentIy discovered evidence or the results of subsequent inspections or t:ests, and revise ot• revoke any such payment previously made, �o such exten.t as may be necessary 1:o protect City from loss because: a. the Wark is defecCive, or the cornpleted Work has been damaged by the Coniractor or his subconf�'actors, requiring corr�ction or replacement; b. discrepancies in quantities contained in previous applications for payment; c, the Cantract Price has been reduced by Change Ord�rs; d. City has been required to correct de�ective Work or complete Woric in accardance with Paragraph 13.09; or CTTY dF FqRT WORTH 5TAN17ARD CONSTRITCT]ON SI'�CTFCATION BpCUR�NTS Revision: December2l, 2012 oo�zao-i General C�nditions Page 54 of 63 e. City has actual knawledge of the oceurrei�tce of any af the events enumerated in �aragraph 15.fl2.A. C. Retainage: 1. For contracts less than $400,000 at the ti�ne of execution, r�tainabe shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of exacution, retainage shaIl 6e five percent (S %). D. Liquidated Danaages. For each calendar day that any work shall remain uncotnpleted after the time specified in the Contract DocUments, the surn per day specitied in the Agreement, will be deducted from the monies dne the Cantractor, nofi as a penaIty, but as Iic{uidated damages su�'ered by the City. E. Pcryment: Contractor will be paid pursuant to the requir�ments of this Article 1� and payment will become due in accordar�ce with the Contract Dacuments. F. Reductton ira Payme�rt: 1. City may refuse to make payment of the amount re�uested because: a. Liens have been filed in connection wi� the �Vork, except where Contractar has delivered a speci�c bond satisfactory ta City to secure the satis�action and discl�arge of such Liens; b. there are other items en.t�tling City to a set-off against the amount recommen.ded; ar c. Ciiy has actuaI knowledge o� the occurrence of any of the events enumerated in Paragraphs 14A2.B.Q�.a through 14.02.B.4.e or Paragraph 15.�2_A. `� 2. Tf City refuses to make payment a£ the amauni requested, City wi11 give Contractor written - notice sta#ing the reasons for such action and pay Contracior any amount remaining after deduction of the arnount so witk�held. Crty shall pay Cantractor the arn.ount so wit�held, or � any adjustnrkent thereto agreed to hy Cify and Contractor, when Contractar remedies the reasnns far such action. 14.03 Contrc�ctor's �arranty of Title Contractor warrants and guarantees that title to all Worlc, materia�s, and equipment cov�red by any Application for Payment, whether incorparated in the Project or not, will pass to City no later thar► the tizne of payment free and clear af all Liens. CIiY OF FORi WQRTH . STAPf DARD CONSTRUCTION SPECIFCA'I70N DOCUMENTS Revisian: I]ocanber2i, 2012 4D72�0- I General Conditions Pa�e 55 of b3 I4.04 Partial Utrlizafion A. Prior to FinaI Acceptance of afl th.e Work, City may use or occupy any substantia3ly cor��pleted par� of the WorIc which nas specifically been ident�fied in the Contract Documenis, ar which City, c�etertnines constitutes a separately functioning and usable part of the Work that can be used by City far its inten.ded purpose witl�out signi�cant rnterference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to l�e ready far its intended use, subject to the fok�owing con.ditions: 1. Contractor at any time may notify City in wriCing that ContracCor considers any such part of the Work ready for its iniended use. 2. Within a reasonable time after notification as enumerated in Pa:ragraph I4.OS.A.1, City and Contractor shall make an inspection of that par� of the Work to deterrnine its status of completion. If City does not cansider that part ofthe Work to be substa�ntially coxnplete, Ciry will nati�y Contractor in writing giving ihe reasons therefor. 3. Partiat Utixi.zation will not constitute Finai Acceptance by �ity. I4.Q5 Fanallnspection A. L7pon written notice from Contractor that tIae entire Work is compiete in accordaz�ce with the Contract Docuzn.ents: 1. within 10 days, City will scl�edule a Final Inspectian with Contractor. 2. City wiiI noti�y Contractor in writing of a�l particuIa��s in wl�ich this inspection reveals that the Work is incomplete or defective. Contractor shall immediately talce such measures as are necessary ta complete such Worl� or remedy such deficiencies. B. No ticne charge will be made a�ainst the Contractor between said dat� of noti�ication of the City and the date af Final Inspection. Should the City determine that the Worl� is not ready for Final Inspection, City wiIl notify the Contractor in writing of the reasons and Contract Titne will resume. 14A6 Fincrl Acceptance Upot� comple#ion by Contractor to CiTy's satisFaction, of any additional �ork identified in the Final Inspection, City wi�l issue to Cantz-actor a letter of Final Acceptance. C[TY OF FOIt"f WQIZTH 5'CAI+fDAR� CONSTRUCTiQN SPECIFCA710N DQCUMENTS Revision: L3ecc�nher2l, 20 ] 2 aonoo-i GenaraE Conditions Paga 56 of 63 i4.07 Final Payment A. Applicatian far Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor rr�ay make an applicatian for final payment following the procedure for pr�gress payments in accordance with the Contxact Documen#s. 2. The �ina1 Application for Payment shal� be accompanied (except as previously delivered) by: a. a�l docunn.en.tatzon cailed for in the Contract Documents, inciuciing but not li�nited to the evidence af ins�arance req�ired by Paragraph 5.03; � b. cansent of the surety, if any, to fina! payment; c. a list of aIl panding or released Danaage Claims against City that Contractar believes are unsettled; and d. affidavits of payments and ca�nplete and legally effective releases ar wai�rers {saiisfac�ory to City} of aIl Lien rignts arising out �f or Liens f led in cannection wiih the Work. B. Payment Beco�nes Due: i. A{�er City's acceptance of the Applicatian for Payment a�r�d accompanying c�oc�me�tation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, wi�l becorne due and payable. 2. After all Danaage Claims �ave heen resnlved: a. directly by the Contractor or; b. Contractoi• provides evidence that the Datnage Claitn has been reported to Contractor's insurance provider for resolution. 3. The making o� tke final payment by the City shall not relieve the Contractor of any guarantees or other require�nn.ents of the Contract Documents which specifically continue thereafter. 14.0$ Final Comple#io� Delayed and Partial Retainage Release A. If final cor�pletion of the V�ork is significantIy delayed, and if City so con�rms, City may, upnn receipt of Contractor's finaj AppIication for Payment, and without terminaiing the Cantract, make payment of the balance due for that portion of the Work fully completed aa�ci accepted. If the rezx�aining balar�ce �o be held by City for Work not fully cotxiple#ed or corrected is Iess than the retainage stipulated in Paragraph 14.02.C, and if bonds hav� been furnished as xequired in Paragraph 5.02, the written consent of the surety to the payment af the balanee due for thai � : !-E `s flF FQRT WDRTfi 5'i ANDARll CONSTAUCTION SPECIFCATION DOCU�vIE3�TS Revisian: IJer.ern6er21, 2012 oarzoa-i Genera] Cnnditions Page 57 of 63 partion of the Woric fiilly completed and accepted shall 6e submitted by Cantractor to City with the Application Far such payment. Such payment shall be made undar the terms and ca�c�itions gaverning final payment, except that it shall not constiiute a waiver of Contract Clairns. B. Partial Retainage Rc�lease. For a Contract thai provid�s for a separate vegetaiive estabIishmeni and rnaintenance, and test and performance periods following the cornpletion af all ofher construction in the Contract Documents �or al� Work lacations, �he City may release a portinn of the arr�ount retained provided that all other �vork is completed as determined by t.he City. Before the release, aIl submiitals and �nal quantities must be completed and accepted for aIl other �waric. An amount sUfficient ta ensure Cont�•act compliance wzll be reiained. 1.4.U9 WaiveN of Claims T�ie acceptance of �inal payrnent will oonstitute a reiease o�the City from a11 claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents� or any act or negIect of City re�ated to or connect�d with the Contract. ART�CLE 15 -- SUSPENSYON OF WORK AND TERMINAT`�ON 15.01 City May Su,spend Work A. At any time and without cause, City may suspend fihe Wark or any portion thereaf by w�ritten notice ta Cani7ractor and which may fix the date on r�vhich Work wil� be resumed. Contractor shatl resuzne the Work an the date so fixed. During tempora,ry suspension of the Work covered by these CQntract Documents, for any reason, the City wiIl maice no extra payznent for stand-by time af construction equipment and/or canstruciio� crews. B. Shou.ld the Coniracfor nai be able to complete a portion of the Project due to causes beyond the control of ar�d withaut the fault or negligence o� �khe Contractor, and shauld it be determined by mutual eanse�t of ihe Contractor and City that a solution ta allow construction to proceed is not available vvithin a reasanable period af time, Contractar may reques� an extension in Contract Tirne, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an inde�nite period, the Contractor s�all store a�l materials in sucI� a xna�ner that they vcrill not obstruct or irnpede the public unnecessa.rily nor become da.tnaged in any way, and he shal� take every precaution ta pr�vent damage or deterioration of the r�+ork performed; he shall provide suitable d��ainage about the work, and erect ie�r►porary siructures where necessary_ D. Contractor may be reimbursed for the cost of zno�ing his equipment off the jab and returning the necessary equipment to the jo6 when it is deiermined by the City that construction may be resumed. Such reirnbursement shall be based on actual cost to the Corz�ractor of moving the equipment az�d no pro�it will Ue al�owed. Reimbursement rnay not ba allowed if the equipment is moved to another cansixuction project fo�• tk►e City. CITY dF FpRT WQRTI I STAND�R]] CONS'TRUCTIOIV S�BCIFCATION DOCUNIGNTS Revision: DecemUer21, 2012 oQ�aao-� General Condikions Page 58 af 63 15.02 Caty May Terrninafe fo� Cause A. Th� occurrence af any ane ar rriore of the fol�owing events by way of exarn.ple, but nat of li�nitation, may justify termination �or cause; 1. Cantractor's persis�ent failure to perform the Work in accardance with the Cantract Dacuments �(inc�uding, but not limited to, failure to supply suf�cient skilled �vorkers or suitable materials or equiprnent, failure to adhere ta the Project Schedule established und�r Para,graph 2.07 as adjusted fram time #o time pursuant to Paragraph 6.04, or failure to adhere ta the City's Business Diversity Enterpr�se Ordinance #2fl020-12-2011established under Paragraph 6.06.D); 2. Contractor's disr�gard o�Lav�s or Regulations of any public bady having,�urisdictian; ��, 3. Contra.ctor's repeated disregard of the authority af City; or 4. Contractor's violation in ar�y substantial way af any provisions of fhe Gontract Documents; b�' S. Contraetor's failure to pramptly malce good any defect in materials or workmanship, or defects of any nature, the carrection of which has heen directed in writing by the City; ar 6. Substantial ix�dication that the Cantractor has made an unauthar�ed assi�nment of the Contract or any funds d�e t�e;refrom for the ber�efit of any credi�or or for any other purpose; or 7. Substantial e�idence that the Contractor has become insolvent or bankrupt, or othervvise financially unahle ta carry on the Work satisfactorily; or � 8. Cozairactor commenees Iegal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragrap� I5.02A. occur, City will provide r�ritten notice ta Contractor and Surety to arratlge a conference with Contractor and Surety tn address Cantractor's failure io perfornt the Work. Conference shall be held not jater than 15 days, after receipt af notice. 1. If the City, the Go�tt�actor, and the Surety do not agree to allow the Contractor to proceed to pert'orm the CO2151TL1Cf1pXi Contract, the City may, to the extent pe�itted by Laws and Regulations, decIare a Contractar default and fQrmally terminat� the Contractor`s right to cornplete the Contraet. Contractor default shall not be dec�ared earlier than 20 days after the Contractor and Sureiy have received notic� o#' conference to address Cantractor's failure to perfoim the V�ork. 2. If Contractor's ser�ices are terminated, Surety shal� be abligated ta taice over and perfortn the .. Work. If Surety does noi commencs performance thereof within X 5 consecutive calendar days after date of an additionai written notice demanding Surety's per%rrnance of its �i� aF �ox-ewoxrx STANDAAD CONSTRLJCTION SPECII'CATION DOCUMENTS Revision: Docern1�21, 2� 12 00 �z ao - i Cieneral Candifions Page 59 of 63 obligations, th�n City, without process or action at law, may take over any por�ion of t�i� Work and complete it as described below. a. If City comple�es the Work, City may �xclude Contr�ctor and Surety frozx� ihe site and take possession of the Wark, and alI m�teriats and equipment incor�aorated inia the Work stored ai the Site or for vcrhich City has pa�d Cantractor or Surety but which are stored elsewhere, and fnish the Wark as City may deem �xpedient. 3. Whet.�►er City or Suretiy campletes the Work, Con�raetor shall not be entiiled io recei�� any �'urther payment Until tk�e Work is finished. If the unpai�l balance of the Conh-act Price exceeds all clairns, cosis, losses and damages sustained by Czty arising out of flr resuiting fram cornpleting the Work, such excess will be paid �o Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such cIaims, costs, losses and damages iz�cunred by City wiIl be incorporated in a Change Order, provided that when exercising any rights or re�edies under this Parag�•aph, City shall not be required ta obtain the lowest price for the Work pe�r£az-med. 4. I�Ieither City, nor any af its r�spective consultants, agents, officers, direcia�•s or empIoye�s shall be iza atay way liable or accountable to Coniractor ar Surety for the method by which the completion of tI�e said Work, or any partion thereof, anay be accomplished or for the price paid therefor. � 5. City, z�otwithstanding tk�e method usec� in comp�eting the Contcact, shall nat forfeit the right to recover damages fram Contra.ctor or Surety for Contractor's failure ta tim�ly compl�te the entire Contt�act, Cantractor shall not be entitIed to any claim on account of the method used by Ci'ty in completing the Contract. 6. Mainte�ance of ihe GVork shaIl continue to be Contractor's and Surety's responsibilities as provided for in tl�e band requirerr�ents of the Contract Dacutnents or any special guarantees provided for undar the Contraci Documents or any other .obligation.s otherwise prescribed by la�v. C. Notwithstanding Parag�-aphs 15.02.B, Cantraciar's s�rvices wifl not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate ta cor�rect its failux'e to perform and proceeds diligently to cure such fazlu�re wiihin no more than 30 days of receipt of said natice. D. Where Contiractor's services have been sn terminated by City, the termination will not affect any rights or remedies of City against Con#ractor then existing or �vhich may therea$er accrue. Any retention or payment af tnaneys cfue Contracior by City will not release Contractar from liability. E. If and to the extent that Contractor has pro�ided a perfoznaance band under the provisions of Pat-agraph 5.02, the terminati�n procedu�-es of that bond sha11 not supersede the provisions of this Article. CITX QF PORT WORTH STANDARD CONSTRUCTION SPECIFCA'T70N DOCUIvI$NTS Revision: Deaember21,2012 oorzoa-i General Conditions Page 60 of 63 15.03 Ciiy May Terminate For Convenience A. City may, w�thout cause and withnut prej�adice to any oth�r right or remedy of Ciry, ternninate the Contract. Any termination shall be effected by mailing a natice of the te�7nination to the Contractor specify�ng the extent #o whicY� perfoa-ixiance of Work under the cantract is ter�ninated, and the date upon vwhieh such termination becomes effectiv�e. Receipt af' the notice shall be deemed conclusively presumec€ and established when the letter is placed in the United Sta�es Fostal Sertrice Mail by the City. Further, it shall be deemed conclusively presumed and esiablished that such termination is made with just cause as therein stated; and no �roof in any claim, demand or suit shall be required of the City regarding suc� discretionary action. B. A$er receipt of a notice of tertnination, and except as otherwise directed by tk�e City, Che Contractor shaIl: 1. Stop work �ander th� Contract on the date and to �e e�tent specifed in tlne notice of termination; 2. place no further orders or sub�ontracts for materials, services or facilzties except as may be necessary for campletion of such portian of the Work under the Coniract as is not terminated; 3. terminate a31 orders and subcontracts to the extent that they relate to th� performance of the Vilork terminated by notiee of t�rminafiion; 4. tra�sfer title to the City and deliver in the manner, at the times, �d to flte extent, if any, directed by the City: a. the fabricated or unfabricated parts, �ork in progress, cornpleted Work, suppties and � other mate�ial produced as a part of, or acq�ired in connection with the �erfnrmance of, .. the Work terminated by the notice a£the tennination; and b. the completed, or partialiy coznpleted plans, drawings, information and other properry which, if the Cantract had been completed, vvould have been required to be furni�hed to the City. S. complete performance of such Work as sha1l not have �een termix�ated by the notice of termination; and 6. take such action ati may be necessary, c�r as the City rnay direct, for ihe protection and '- preservation o� the property related to its contract which is in the possesszon of ihe , Contractor a.nd in which the owner h.as or znay acquire the rest. C. At a time not laier than 30 days after the tennination date specified in the notice of tezrninat�on, the Cor�tractor rnay suhnriit to the City a Iist, cer�ified as to quantity and quality, of any or al1 items of terminatian inr�entoiy not previously dis�osed oF, e�clusi�ve of items ihe disposition of wk�ich. has been directed or auth.orized by City. C.1"i'Y OF FOE2T WORTH STANDAAD COidSTRUCTION SPEC�CATf�N DOCUlv1�1VTS Revision:l7ecember2l, 2012 OU72OU-I General CQnditions PageGl ofG3 D. Not Iater than 15 days thereaf�er, the City shall accept title to sueh items provided, tha� the list submitted shaIl be subject to verification by the City upon removaE of the iterns or, if the iiems are stored, within 45 days from th� date of submission of the list, and any necessary adjustrrients to �orrert the list as submitted, shall be made prior tQ final settlement. E. Not later than 6Q days after the notice of termination, th� Contractor shall submit his tezminaiion claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any an.d all such claims snall be conclusively deezned waived. F. rn such case, Cantractar shall be paid for (without dupIi4ation of any it�r�s}: 1. completed and acceptable Work executed in accordance with ihe Cantract Documents prior to the effective date oF terminatian, including fair and reasonable sums t'or averhead. and profit on such Work; 2. expenses sustained prior to the effective date of fermination in performing senric�s and funaishing labor, materials, ar equipment as required by the Contract Docurnents in connection. v,�ih uncompleted Work, plus fait• and reasonable surr�s for overheatE and prafit an such e�penses; and 3. reasanable expenses directly attributable to tez�ination. G. In the event af trie iailure p£ the Contractor and City to agree upon the wkao�e atnount to be paid to the Contractor by reason of the termination of the Work, the City shall d�iermine, on the basis of information avaifable to it, tl�e amaunt, if azry; due to the Contractor by reason of the iermination and shall pay ta the Contractor the amounis defermined. Contractor shall not be paid on accaunt of loss of anticipatec� pmfits or revenue ar other economrtc �oss arising out of or resulting fi•om such termination. ARTICL� 16 — DI�PUTE R�SOLiITION 1b.01 Methods and Procedures A. Eithez• City or Contractor may request mediation of any Gantract Claim subrnitted for a decision under Paragraph 10.06 before such decision becomes �nal and binding. Th.e request far mediation shall be submitted to fhe other party io the Contract. Tirnely submission of the request shall stay Yhe effect of Paragraph X O.d6.E. B. City and Contractor shall pai�ticipate in the rrtediation process in good faith. The pracess shalI be commenced withi n 60 days of filing of the request. C. If the Cozztract Claim is not resolved by mediation, City's action under Pat�ag��apl� 10.06.0 or a denial pursuant ta Paragraplas 10.06.C.3 or 10A6.D shall become �nal and binding 30 days afler termina�ion of the mediation unless, within that tirne period, City ar Contractor: C1TY QF FOft�' WORTE�I STANDARD CONSTRUCI'iQN SPECIPCAT3pN DQGUMENTS Revision: ]�ecembcr2l, 2012 oonoo-i General Conditions Pa$a 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplement�ry Conditions; or 2. agees with the other party to submit the Contract Claim to another dispute resoiution process;or 3. gives written notice to the other party ofthe intent to submit the Contract Claim to a court of compeient jurisdiction. ARTICLE 17 — MISC'�LLANEOUS 17.01 Givang �Totice A. Whenever any provision of the Contract Documents requires the giving of written notice, it vvill �, be de�med ta have been validly given if l. delivered in person to the individual or to a memlaer of the firm or to an aificer of the coiparation for whom it is intended; ar 2. delivered at ar sent by registered or certif ed ma.il, pastage prepaid, to the last business address knawn to the giver of the notice. B. Business address changes must he prorr�ptly made in writing to #he other party. C. Wh.ene�er the Contract Documents speci�es giving notice by electronic means such elecfronic natice shall be deemed sufficient upon confirtnation of receipt by the receiving party. 17.02 Compututaon af Times WY�en any period of time is referred to in the Cont�•act Docur�ents by days, it wilI be computed to exclude the first and include the last day of such period. Tf the last day of any such period falls on a Saturday ar Sunday or on a day nnade a legal hoIiday the n.ext Working Day shall become the last day of the period. 17.03 Cumulative Rernedies The duties and obligations irnposed by these General Conditions and the rights and ramedies available hereunder to the parties hereto are in addition to, and a�'e nat to b� cons�rued in any way as a liz�n.itation of, any rights and rezxaedies avaiiable to arry or all af them which are otberwise imposed or available by Laws or Regulatians, by special warranty or guarantee, ar by ather provisions of the Contrac# Docum.ents. The provisians of this Paragraph wzIl be as effecti�e as if repeated specifically in the Cantract Documents in connectian with each pat�icular duty, obligation, ri�ht, and re�nedy to which they apply. %ITY QF FOI2T WORTH STANDARD CO3V5TRUCTiON SAECIFCA7T01�# DOCU1vIENTS Revision: Der.eml�er21, 2U 12 00 �z oa - i Gcneral Conditions Page 63 of 63 17.04 Survivctl of Oblagations All representations, indemnif cations, warranties, and guarantees �nade in, rec�uired by, ar given in accordance with the Contract Doeuments, as well as ail cantinuing obligations indicated in the Contract Documents, will s�arvive �na1 payment, conapletion, and acceptance of the Work ox term ination or cornpletion nf the Contract ar tenniriation of the sez-vices of Contractor. 1.7A5 Headings Article and paragraph headings are insei�ed for co�venience only and do nat constitute parts of these GeneraI Cnnc�itions. CfTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUM�N'T5 Revision: Ikcecnber2l, 2012 oo��oo-i SUPPLEN�.NTARY CdNDYTIQNS Page 1 alF6 4 5 b 7 8 9 �o 11 i2 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 4Q 41 42 43 44 45 46 47 sECTzoN oo �� oa SUPPLEMENTARY CONDITIDNS TO GEIVERAL CONDITI�NS Supp�ementary Co�►ditiot�s These Supplementary Conditions modify arid supplement Section OQ 72 OQ - General Conditions, and other provisians of the Contract Documents as indicated below. Al! provisions of tl�e General Conditions that are madiiied or supplernanted remain in full force and effect as so mpdified or supplemented. All provisians af the G�naral Canditinns vs�hich are not sa modified or supplernented remain in full force aad effect. De�ned Terms The tertns used in these Supplementary Conditions which are de%ed in the General Conditions have th� meaning assigned to them in the General Conditions, unless specifically noted herein. Mod'tfieations and Sr�pplesnents � The foIlowing are instructions that modify or supplement specific para�iraphs ir� tbe General Conditians and ather Contxact Documants. SG3.03B.2, "Resol�iug Discrepancies" Plans govez�► over Speci�ications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the �nal easements descriptions, Contractor shall cotnpare ihem to the lines shown on the Contract Drawings. SC-4.01A.1., 9°A�ailability of Lands" The following is a list of known outstanding r�ght-of-way, and/or easements to be acquired, zf any as of: Oufsianding Right Of-Way, and/nr Easements tn Be Acquired PARCEL �WNER NUMSER None TARGET DATE OF POSS�SSION `I1�.e Contractor understands and agrees that fhe dates listed abave are estimates anly, are not guaranteed, and do not bind the City. If Contractor cansiders the final easements provided to differ materially from the representations on the Contzact Drawings, Contractar shall w�thin five (S) Business Days and before proceeding with the Work, notzf}+ City izi writing assaciated wzth. the differing easement line locations. SG4.UTA.2, "Availability of Lands" Utilities ar obstructions to be rernoved, adjusfed, and/or relocated C1TY OF FOR'� WORTH STAIZDARD CONS'iRUCTION 5P&CIFICATION DOCUMENTS Revised April 1, 2013 SOL SLOPE REPRIR AND'I'RE� �MQVAL City Project No. FV12T-2001-300Q07 QO 73 00 - 2 SUPPLEMENTAI2Y CpNA]TIONS Page � of G �a The folla�ving is list of utilities and/or obst�vetions thai ha�e not been removecf, adjusted, and/or relocated as of EXPBCTED UTILI'TY AND LOCA'I'ION OWNEA TARGET DATE OF AD3LTSTMENT Na�e 5 6 7 8 4 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 2�4 25 26 27 28 29 3D 31 32 33 34 35 36 37 38 39 aa �i 42 43 44 45 46 47 48 49 The Contractor understands and agrees that th� dates listed above are estimates only, are not guaranteed, and do, not bznd the City. 5C-4.Q2A., "Subsurface and Physic�l Candikions" The following are reports of explorations and tests af subsurface condztions at the site of the Work: Geotechnical �ngineering Study Levee Recerti�ication Sludge Only Landfill Fort Worth, Texas September 2013 The folIowing are drawings of physical coizditions in or relating to existing surface and subsurface sti-uctu.res (except Undergrowzd k`acilities) whiah are at ar contiguous to the site aFthe Wark: None SC-�4.06A., °GHazardous Environmenfal Conditions at Site" The following are reports and c�rawings Qf e�cisting h.azardous en�ironmental cond'ztaons �own ta the City: None �C-5.03A., "Certi�cates of Insaranca" The entities listed beIow are "additional insureds as their interest �ay appear" including their respectiue officers, di�rectors, agen�s and emplayees. {1) City {2) Cans�ltan.k: None (3) Other: None SC-5.04A., "Contractor's Insurance" The tunits of IiabiHty for the insurance required by Paragraph GC-5.04 shall provide the following enverages for not Iess than the following amounts or greater where required by laws and regulations: 5.Q4A. Workers' Compensation, un�er Paragraph GGSA4A. S'tatutory limits E�prov�p-� r�4b�r�r� $100, aoa each accident/occurrence $100, D00 Drsease - each employee $500,000 Disease - policy limit �C-5.04B., "Contractor's Insnrance" C1TY OF PORT W012T�T STANDARD CONSTI2UGTT(7N SPECIFICATION DOCUMENTS Revised April 1, 2QI3 50L SLOPE REPAIR AND TREE IZEMOVAi, Cify ProjectNo. WRT-200I-300007 aa 73 ao - 3 SUPPLEbviENTARY COi+lI7ITIpNS Page 3 of 6 1 2 3 4 S 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 ao 41 42 43 44 A5 �16 47 48 49 50 51 52 53 54 55 5.04B. Com�ercia! General Liabitity, under Pairagraph GC-5.048. Contractor's Liability Insux'ance under Paragraph GG5.04B., which shall be on a per project basis covering the Coniractor with minimum Iimits of: $1,000,000 each occurrence $'2,000,000 aggregate limit The policy must have an endorsement (Arnendment — Aggregate Limits of Inswrance) making the General Aggregate �.imits apply separately to each job si4e. The Commercial Genera� Liability Tnsurance policies shajl pravide "X", "C", and "U" coverage's. Veri�ication oisuch caverage must be shown in the Remarks Article Qfthe Certificate o£Instirance. SC SA4C., "Contractor's Insurance" 5.04C. Automobile Liabilify, under Paragraph GC-5.04C. Coniractar's Liahility Insurauce under Paragraph GC-5.04C., vrhich shall be in an amount noi less ihan the follawing amounts: (I) Aufomobile Liabiiity - a commercial business policy shaIl �rovide co�+erage on "Any Auto", defined as autos owned, hired and non-owned. $1, 000, 000 each accident on a comhined single Limit basis. Split limits are acceptable if Iimits are at least: $25'0, 000 Bodily Injury per pe�son / $500, 000 Bndily Injury per accident / $100, 000 Properry Damage 5G5.04D., "Contractor's Insurance" The Contractar's constxuction activzties will require its employeas, agents, subcon�ractors, equipment, a�d material deli�eries to cross railroad graperties and tracks None The Conixactor shall conduct its operaeinns on railroad properties in such a rnanner as not to interfere with, hi�der, or obstruct the railrpad company in any manner whatsoever in the use or operatian of itsltheir trains ar other p�roperty. Such operations an railroad properties may require that Contractor to execute a"Rigizt of Entry Agreement" with the particular railroad company ar companies involved, and to this end the Gontractpr shonld satisfy itself as Yo the requirements of each raiiroad comgany and be prepared to execute the right-of-entry (if any) required by a railraad company. The requiremez�ts specified herein likevvise relate to tl�e Contractar's use of private and/flr constructian access roads crossing said rai�road company's properties. The Contractual Lia6ility caverage required hy Paragraph 5 A4D of the General Conditions shall pro�ide coverage for not less than the following amounts, issued by companies satisfactary to the City and to the Railroad Company for a term that continues far so long as the Cantractor's operations and work cross, occupy, or touch railroad property: (I} General Ag�regate: (2) Each Occurrence: Requir^ed for this Contract CI'I'Y OF FORT WOR'I'�I STAN�ARD CONSTRIlCTION SPECIFICATIQN I�OCUivIENTS Revised April 1, 2013 $Con�rrn Limits with Raiiroad $Con�rm Limits with RailPoad X No1 required for this Contract SOL SLOPE REFAIR AND TI2EE RE3v10VAL Ciky Project No, WF�T-2001-300007 0073OD-4 SUPPLENILNT'AItY CONDTTTONS Page 4 oi G Wit�i respect ta t�Ze above outIiz►ed insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insuranee policy in the name of the xailroad company. However, if more tY►an one grade separation or at-grade crassiz�g is affected by the Yroject at entu'ely separate locations on the line or lines of the same raiiroad company, separate coverage may be required, each in tYie amnunt s#ated above. 8 9 10 11 12 13 14 15 16 17 z8 19 20 2I 22 23 2�1 25 26 27 2$ 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 2. Where mare than one railroad eompany is operating on the same right-of-way or where sev�ral ra�lraad companies are involved and operated on their own separaTe rights-of-way, the Contractor may be required io pravide separate insurance policies in the name pf each railrnad company. 3. If, in addztion io a grade separatio� or an at-grade crassing, other work or activity is pxopos�d on � railroad company's right-of-way at a location entuely separate from the grade separation or at- grade crossing, insurance coverage for this work must be included in the policy covering the grade separation, 4. • If no grade separation is in�olved but o�her work is �roposed on a railroad cpmpany's right-of- way, all such other work may be co�ered in a single policy for that railroad, e�ren though the work . may be at twa or mor� sepazate lacations. No work az- activities on a railroad company's property to be perfonned by the Contractor shall be commenced un.til the Contractor has furnished the City with an ariginaI pnlicy ar policies of the insurance for eanh railroad company named, as required above. All such insurance must b� approved by the City and each affected Iiaiiraad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad rigl�t-of way has heen compleied and the grade crossing, if any, is no longer used by the Gontractor. Tn addition, insurance must be carried d�•ing alI maintenance and/or repair work pez-formed in the railroad right-o£ way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railraad caxnpany operating over tracks invol��d in the Projeet. SC-6.04., °G�roject Schedule" Project schedule shall be tier 3 for the project. SG6.07., s`Wage R�tes" The fnllowiug is the prevailing wage rate tabl�(s) applicable t� this project and is provided in t�e Appendixes: GC b. �7 Wage Rates �Buzzsaw docation, Resaurces/0.2-Conslruction Documents/Speczficatiorrs/Dfv 00-General Canditioras/CFW Wage Rate Table ZOQS07Q8.pdf� SC-6.09., "Permits and UtRlities" SC-6.09A., "Contractor obtained pe�•mits and Iicenses" T'he following are known permits and/nr licer►ses required by the Corttract ta be acquirecE by the Contractor: None SC-6.09B. ��City obtained permits and licenses" The following are lczzown permits and/ar licenses requiz�ed by the Contract tn be acquired by the City: None SC-6.09C. "Oatstanding permits and Iice�ses" The follo�ving is a Iist of known outstanding perrz�iks and/or lice�ses to be acquis�d, zf any as of: CITY OF FE?RT WORT1i STANDARD CONS7'1ZLJCTION �PECIFICATION DOCUIVI�NTS Revised April 1,2013 S�i, SLOPE REPAIR AND TREE REMOVAL CityProjectNo. WRT-2001-300007 OD7300-5 3UFFLEM�t�iTARY CONBI'I'fONS Page 5 of fi � 2 3 4 5 6 7 8 9 1 �l 11 iz 13 14 IS I6 17 18 19 20 21 22 23 24 25 26 27 28 �9 30 31 32 33 34 35 36 37 38 39 40 41 �k2 �43 �#4 �45 Outstandi�g Permiis and/or Licenses in iie Acquired OWNER PERMIT OR LICENSE AND LOCATION None SC-6.24B., "Title VI, Civil Rights Act of 19G4 as arriended" TARGET DATE OF POSSESSIOZ*i During ihe performance of ihis Contract, the Contractor, for itself, its assign�ees and successors u� ianter�st (hereinafter referred ta as the "Cpntractor"} agrees as foltows: 1. Compliancc w'rth Regulations: The Contractor shall coinply with tha Regulation relative to nondiscri�nination in Federally-assisted programs of the Department of Txansportatipn (hereinaf�er, "DOT") Title 49, Gode of Pederal Regulations, Part 21, as they may be azziended from time to time, (hereinafter referred to as the Regulations), whzch are herein in.corpoxated by zeferenc� a.ad made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it dnring the coniract, shali nat discriminate an tiie grounds of race, colar, or natianal origin, in the selection and retentian of subcontractors, including procurements of materials aud leases of equipment. The Contractor shall not participate eitiier directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of ihe Regulations, including emplayment practices when the contract covers a program set farth in Appendix B of the Regulations. 3. 5olicitations for Subcontractoa•s, Including Frocurements of Materials �nd Equipment: In al� solicitations either by con�petitive bidding or negotiation made by the contractor for work to be perfnrmad �nder a subcontract, including procurements of materials or leases of equipment, each poten�ial subcontactor or suppliex shall be notified by the Contractor of the Contractor's abligations under this contract and th� Regulations reiative to z�ondiscrimination oz� the grouzids of rac�, color, or national origin. 4. Ynformation and Reports: The Contractor shall provide all inforniation and ceparts required by the Regulations or directives issued pursuant thereto, and shall p�rmit access to its books, records, aceounts, other sources of information and its facilities as may be dete�-mined by City or tl�e Texas Departmeni of Trans�ortation to be pertinent to ascertain campliance with such Regularions, orders and instructions. Where any informatian required of a contractor is in the exclusive possassion of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Trausportation, as appropriate, and shall set Forth what efforts it has ma�le io obtain the information. 5. Sanciians for Noncoim�liaace: In the event of the Contractor's noncompliance with the nondiscriminatipn. provisions of this Contract, City shall imposa such coniract sanctions as it or the Ter�as Depariment of Transporta�on may determine ta be appropriate, including, but not limited ta: a. withhalding of payments Ea tlae Contractor under the Coatract u�#il the Contractor coxnplies, a.nd/or b. cancellatian, ter�nination ar suspension of the Contract, in whole or irs part. 46 6. Incorgorafion af Provisions: The Contractor shall include the provisions of paragraphs (1) ti�ough 47 (6} in every subcontract, inciuding procurements of materials and leases of equipment, unless exempt 48 by the Regulations, or directives issued p�rsuant thereto. The Contractor shalI take such action with 49 respect to any subcontract ar procurement as City or the Texas Department of Transpprtation may SO direct as a ineans of enfarcing such provisio�s including sax�ctions for nan-compiiance: Provided, c�r o� �axr woxTx STANI]A�2.D CONSTKUCTION SPECIFICATIOA] DOCUME]VTS Rev3sed April !, 2013 5OL SLOPE REPAIR ANB TRE� REivfOVAL City Prajeet No. WR3'-2001-300D07 D073D0-6 SUPPL�MEI�3TARY CONDI'�'IONS Pagebof6 1 2 3 4 5 6 7 8 9 ia 11 12 13 14 15 16 17 1S 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 howe�er, that, in the event a contractor becornes involved in, or is t.�reatened with, litigation with a subcontractor or supplier as a resuli of such direction, the contractor rnay reque�t City to enter into snch Iitigation to protect the interests of City, and, in addition, the con#ractor may request t�.e United States to enter into such litigation Ea protect the interests ofthe LTnited States. �dditional Title VI requirements can be found in the Appendix. SC-7.02„ "Coardination" The individuals or entities fisted belnw have contracts with the City for the perfarm�nce of other work at the Site: � Vendar � Scope of Work Coordination Authority SC-$.Ol, "Communicafions to Contractor" SC-9.01., "City's Project Representative" The following firrr► is a consultant to the City responsible for construction manageraxent of t�is Project: None SC-13,03C., "Tests and Inspections" Nane 5C-16.OIC.1, "Methods and Pracedures" Nane �ND O�' SECTYON CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DpCLfMBNTS Revised Aprif 1, 2Q I3 SOL SLOPE REPAIId AND TREE REMdV11L CityProjectAlo. WRT-200�-30d007 Divi��[�n (�] — ��r�e�•�l Req�xa�•��,c��i� � O111D0-1 SUMMAR'Y OF WORIC Page 1 of 3 � 0 � � 1 2 3 PART 1- G�NERA.L 4 1.1 SLIMMARY �ECTION O1 Il. 00 SUMMARY O� WORK 5 A. 5ection Includes: 6 1. Summary of Work to 6e perfarmed in accordance with� the Contract Documents 7 B. Deviations froFn ihis Ciiy of Fort Worth Standard Specification 8 1. None. 9 C. Related Sp�cification Sections include, but are not necessarily limited ta: 10 1. Divisian 0- Bidding Requirements, Contract Forms, and Conditions of tl�e Contract � 1 2. Division 1- General Require�nents 12 1.2 PRICE AND PAYII�NT PROCEDURES 13 A. Measurement and Payment 14 1. Work assaciated with this Item is considered s�bsidiary to the variaus items bid. 15 No separate �ayment will be allowed for this Item. lb 1.3 REFERENCES �NOT USED] 17 � .4 .A DMINISTR.ATNE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 3$ A. Wark Covered by Contract Documents 1. Work is io include furnishing aII labor, mat�rials, and aquip�nent, and perforrning all Work necessaxy for this consk�uctzon prajec� as detailed in the Dra�svings and Speci�i�ations. B. Subsidiary Worlc I. Any and all Work specifically governed by documantaz-y reqUiremen�s far the pro�ect, sueI� as conditions imposed by the Drawings or Coniract Dacuments in which no speciiic item for bid has been provided for in the Proposal and the itezz� is not a typical unit bid item inciuded on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the �roposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under directior� of the City. 2. Assume full responsibility for protecfion atad safekeeping of materials and aquiprs�ent stared on the Site. 3. Use and occupy only portions of the publie streets and alleys, ar ather public places or other rights-of-way as pravided far iz� the ordi�ances of the City, as shor�vn in the Contract Documents, ar as may be specifically authorized in writing by tkze City. a. A reasanable amount of to�ls, maferials, anci equipment for construction purposes may he stnred in such space, but na more than is necessary to avoid delay in tlze constnsction operations. CITY �I� CORT WORTH 5Tf4NDARD GONSTRUCTIOi�] SPECIFICATi�N DOCUMENTS Revised December 20, 2012 SflL SLOPE REPAIR ANLI TRE� ItEMOVAL City Project No. WRT-2001-30D007 01 1100-2 SU1�fMF1RY OF' WORK Paga ? af 3 � 1 2 3 4 S 6 7 S 9 30 �z 12 13 i4 15 16 I7 18 19 20 21 22 23 24 25 2b 27 28 29 30 3i 32 33 3�4 35 36 37 38 39 40 A1 b. Exeavated and was�e materials shall be stored in such a way as not to interfere with the use of spaces that n:�.ay be designated to be left fr�e and unabsh•ucted and so as not to incanvenience accupants af adjacent property. c. If the street is oecupied by railroad tracks, the Wark shall be carried on in such rz�ann.er as not to interfere wiih the opexation of the railroad. �) All Work sl�all be in accordance with railrgad requirements set farth in Division 0 as weli as the railroad permit. D. Worlc within Easemen#s 1. Do not ent�r upon private property for any purpose wzthaut having previously abtained pez-imission from tlle owner of suc1� property. 2. Do not stare equipjnent ar material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a capy furnished to the City. 3. Unless specifically pravided otherwise, clear all rights-of-way or easements of obstrucfions which rnust be remov�d to make possible prpper prosecu�ion of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, alt trees, shrubbery, plants, lawns, fa:nces, culverts, curbing, and all other types af structures or improvernents, to all water, sewer, and gas 3ines, to a31 conduits, overhead pole Iines, ar appurtenances thereof, including the construction of t�mporary fences and to all other public or private property adjacent to the Wai•k. 5. Notify the proper representatives of the own�rs or occupants of the public or private Iands of interest na lands which znight be affected hy tke Work. a. 5uch nofice shall be made at Least 48 hours in advance of the beginning of ihe Work. b. Notices shall be appiicable to both public and private utility cataapanies and any corporatian, comgany, individual, or otlzer, either as owners or occupants, whase land or interest in Iand might be affected by th� �Vark. c. Be responsi�le for all damage or injury ta properry of any character resulting fronn any aet, omissiox�, neglect, or misconduct in �he manner or rn�thod ar execution of the Work, or at any tirne due to defeetive work, material, or ec{uipment. 6. Fence a. Restare aIl fences encountered and removed during construction of the Pr�ject to t�;e original or a better than origi�al condition. b. Erect temporary fencing in place of th� fenczng rernoved whenever the Wark is not in pxogress and when the site is vacated overnight, and/or at all ti�mes to provide site security. � c. The cost for aIl fence work within easements, including reinoval, tenaporary closures and repiacement, shall be subsidiary to ths �a�rious items bid in the projeci propasal, unless a bid item is specifically provided in the propasal. C1TY OF FOFZT WpRTfi STANDARD CONSTRiJCTiON SPECIFICATION DOCUMENTS Revisad December 2U, 2012 SOL SLOPE REPAlR AND TREE REMOVAL CiryProjectl�4o. WRT-20D1-300007 Oi I100-3 SUiviME1RY Of WQI2[C Aage 3 of 3 1 i.5 SUBII�TTALS [NOT US�D] 2 L6 ACTION SUSMITTALS/INF�RMAT�ONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINT�NANCE MATERIAL SUSNIITTALS �NQT U�EDj 5 1.9 QUALITY ASSiJRANCE [NOT USED] 6 1.10 D�L�VERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDIT'IONS [NOT USEDj 8 1.1� WARRANTY [1�iOT USED] 9 PART z- PRODUCTS [IYOT USED] 10 PA.RT 3- EXECUT�ON [NOT USED] 11 I2 DATE NAME I k 13 END OF SECTION Re�ision Log SUMMARY OF CHANGE CITY OF FORT WORTH SOL SL(}P� RBYAIR AND TREE REMDVAL Si'ANDARD CONSTRUCTidN SPECIFICATION DOCUMENTS City Project Nn. WRT-20Q1-3DOD07 Revised Decem6er2D, 2012 � � �� I �_ oizsao-i SUBST9TUTI(7N E'RpCEDURES Page 1 of 4 1 2 3 PART 1- GENER�I� � 1.1 SUNIlI�ARY �ECTION 0125 0� SUBSTITUTION PROCEDURES 5 1�. Section Includes: 6 1. The procedure for requesting the approvai of substituti4n of a product that is not 7 eq�aivalent ta a product which is specified by descriptive or perinrmance criteria or S defined by reference to 1 ar more vf the follawing: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name S2 d. Catalog number 13 2. Substitutions are not "or-equals". 14 S. D�viations fram ihis City of Fort Worth Standard Speci�cation 15 �. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Divisian 0— Bidding Requir�ments, Con#ract Forms and Conditions o£the Coniraet 18 2. Division I-- General Requirements 19 1.2 PRICE AND PAYIV�NT PROCED�URES 20 A. Measur�ment and Payment 21 1. �ork associated witla this Ztem is considered subsidiary to the various item�s bid. 22 No separate payment will be allowed for this It�rn. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADNIIN�STRATi'VE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - Ge�seral 1. �Vithin 30 days after award of Contract (unless ��ated otherwise), the City vviIl consider formal requests from Contractor for substit�tian of products in place of thase specified. 2. Certain types of equipmen� and kinds of material are described in Speci£'ications hy means of r�ferer�ces to names of manufacturers anci vendors, trade names, or cafalog numbers. a. When this method of specifying is used, it is nat intended to exclude from consideration other products bearing ather manufacturer's or vendor's names, trade names, or catalog numbers, provided said praducts are "or-equals," as determined by City�. 3. Other types of equipment and kinds of material may be acceptable subs�itutions under the following conditions: a. Or-equals are unavailable due to sirike, discontinued production o�groducts meeting specified requi�ements, or other factors beyond conYs'ol ofConfiractor; ar, C3TY QF FORT WORTH STANDARD C[�NSTRUCTION SPECI�[CATION DOCUM�NTS Revised July l , 2011 50F, SLOPE REPAIR AND TKE� REMOVAL City Praject No. 'VJRT-20Q1-30QOU7 o�2soo-z SUBSTITU'i'[dN PROC�DURES Page� of4 b. Contractor proposes a cos� andlor time reduction incenY��u� to the City. I i ' 2 1.5 SUBIITITTALS 3 A. �ee Request for Substitution Fo� {attached) 4 B. Pracedure for Requesting Substitutian 5 1. Substitution shali be considared only: 6 a. After award of Contra.ct 7 b. Under th� ca�ditians stated herein 8 9 10 11 12 13 1�� 15 16 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 2. �uhmit 3 copies of each writteri request for substitution, includin�;: a. Documentation 1) Complete data s�bstantiating comp�iance of proposed substitutian with Contract Docume�ts 2) Data relating to changes in construcfion schedule, when a reduction is proposed 3) Data relating to changes in cost 6. For products I} Product identification a) Manufact�rer's name b) Telephone number and representative contact name c) S�ecif cati�n Section or Drawing reference of originally specified product, includzng discrete nanne or tag nunnber assigned to originaI product in the Contract Documents 2) Manufacturer's literaiure cl�arly marked ta show compliazice of proposed product with Contract Documents 3) Iternnized comparison oforiginal and proposed product addressi�.g praduct characteristics including, but nat necessarily �i�rfited #o: a) Size . b) Composition or materials of constructzon c) Weight d) Electrical or zxxechanical requirements 4) Product experience a) Location of past projects uYilizing product b) Name and telephone number of persons associated with referenced projects kno�vledgeable concerning proposed product c) Available field data and reports associated with proposed produet S) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description ofproposed method 2) Illustration drawings C. Approval o�• Reject�on 42 1. V�ritten appraval or rejection of suhstitution given by the City 43 2. City reserves the right to require proposed product to camply with color at�d pattern 44 of specified product if nacessary to secur� design intent. 45 3. In the event fhe substit�tian is approved, the resulting cost and/or time reductton �6 wi11 be documented by Change Order in accordance witli the General Canditions, CITY OF FORT WORTH SOL SLdPE REPAIR AND TREE RE3vfOVAL STANDARD CONSTidUCTION SPECIFICATION DOCUMENTS City Project No, WRT-2001-300DQ7 Revised July I, 2�11 012500-3 SUB5TITUTIQN PROCE�URES Page 3 oE4 � 1 4. No additional contract time wi�l be �iven for substitution. 2 5. Substitutioz� will be rejected if: 3 a. Submittal is not through the Cantractor with his sta.mp of approval 4 b. Request is not inade in accordance with this Speci£'zeation Section 5 c. In the City's opinion, acceptance will require substantial revision of �Ehe original b dasign 7 d. In the City's opinion, substiiu�ion will not perfar.cn adequately the f�nctian 8 consistent vviih the design int�nt 9 1.6 ACTYON SUBMTTTALS/INFO1tMAT�ONAL SUBNIITTALS [NOT USEDj 10 1.7 CLOSEQUT SUSNIITT.ALS [NOT USED] 11 l.8 MAINTENANCE MATERiAL SUBMITTALS [NOT USED] I2 13 14 15 i6 17 18 I9 26 21 zz 23 24 i.T,7 26 1.R QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor repres�nts that the Contractar: 1. Has investigated proposed product, arid has determined ihat it is adequate or superior in aIl respects to that specified, and that it will perform funetion far which it is intended � 2. Will provide same guarantee %r substituie item as for product specified 3. Wzll coordiz�ate instaliation of accepted substitution into Work, to ivaclude l�uilding modifications if necessary, making such changes as rnay be required for Work to be compl�ie in ail respects 4. Waives all claims for additional costs related to substituYion which subsequently arise �.10 DELIVERY, STORAGE, AND HANllLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] �..�.2 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT IISED] 28 PART 3- EXECUTION [NOT USED] 29 � 30 I IDATE NAME � 31 i i END �F SECTYON Revision Log SUMMARY OF CHANGE CtTY OF FORT WDRTH STIUVDARD CQNSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SOL SLOPE REPAiK AND TREC REMOVAL City Projcet Na. WRT-2D01-30D607 i � � � � 1 2 3 4 5 6 7 S 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4d 4� 48 49 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR �USST�T`UTION FORM: TO: PROJECT: DATE: We hereby submit far your consideration the foilowing product instead of t�e specified item for the above project: SECTION PARAGRAPH SPECIFTED ITEM Proposed Substiiution; Reason for Substitution: Include complete infortaaation on changes to Drawings and/or Specifcations which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Wi�l the undersigned contractor pay for changes to the building design, including engineering and detailing costs ca�sed by the requested substitution7 S. What effect does substitutian have on other trades? C. Differ�nces between proposed substi�xtion and specified item? D. Differences in product cost ar product delivery tim�� E. IVlanufacturer's guarantees of the proposed and specified items are: Equai Better (explain on attachment) The undersigned states that the iunction, appearance and quaIity are equivalent or superior to the speci�ed item. Submitted By: For Use by City Signature as nnt�d Firm Address Date Telephone For LTse by City: City Approved CITY OF F�RT WORTFi STANDARD CONSTRUCTIl7N SPEC[F(CATTOi�I bOG(JMErlT'S Tievised luly 1, 2011 _ R�commended � Recommended Not recomrriended Received late By Date Remarks Date Re�ected 50L 3LQPE REPAIR AND TREE RENiOVAL City Peoject No. WRT-2001-300007 D13119-1 E'REC�NSTRUCTION MEETING Fage 1 of 3 � . 10 II � 12 13 1.� � � � 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 0131 19 �'RECONSTRUCTION MEETING 5 A. Sectian IncIudes: 6 1. Provisians for the precon:struction m.eetzng ta be held prior to Yha start of Work to 7 clarify construction: contrac# administration procedures , 8 B. Deviations fram this City of Fort Worth Standard Specificatiorn 9 l. None. C. Related 5pecificatioil Sections anclude, but are not necessarily limited to: 1. Divisio� 0— Bidding Requirernents, Contract Forms a�d Conditions o�the Contract 2. Division 1— Ganeral Requirements PRICE AND PAYMENT PROCEDiJR�S 1� A. Measurex�aent and �ayznent 15 1. Work associated wi�,h this Item is considered subsidiary to the various ite:tx�s bid. Ib No separate pay�a�.en.t will 6e allowed for t�is Item. 17 1.3 REFERENCES [NOT US�D] 18 i.4 ADMIlrIISTRAT�VE REQUIREMENTS A. Coordination 1. Attetzd preconstruetion meeting. , 2, Representarives of Contractor, subcontractorrs and suppliers attending m.eetings shall be qua�ified and autharized to act on behalf of �h� entity eact� represents. 3. Maeting a�inistered by City may be tape reeorded. a. If recorded, tapes will be useci to prepare minutes an� r�tained by City for future reference. 19 20 21 22 23 24 25 g. Preconsttuction Meoting l. A preconstructian meeting va+ill be h�ld within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled azid adrrzinistered by the City. 2. The Proj�ct Representative will preside at the meeting, prepare the notes of the meeYing and distribute copies of same to all participants who so request by iu�ly completing the attendance form ta be circulated at the beginning of the meeting. 3. Attendan.ce shall include: a. Project Rep�•esentative b. Contractor's project rnanager c. Contractor's superintendent d. Any sub�contractor or su�plier representatives �t�vhonn the Contractor may desire to invite or the City may request 26 27 28 29 30 31 32 33 34 3S 36 3? 38 CITY OF F�RT WORTH SQL SLOPE REPAIR AND TItE� REIvfOVAL STANDARD CONSTREJCTIOtt1 SPECI�'ICATI031 DOCUMENTS City ProjeotNo. WRT-2001-3000D7 Revised Au�ust 17, 2412 ai 3i tg -a puEco�s�ravcTiorr �E�rnv� Page 2 of 3 1 2 3 4 5 6 7 8 4 10 il 12 13 I4 15 16 17 18 19 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 e. Other City representatives f. Others as appropriate 4. Constr�ction Schadule a. Prepare baseline cons�ruction schedule in accardance with Section O1 32 I 6 ai�d provide at Preconstt-uctiori Meeting. b. City wili notify Confractor o�any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminazy Agenda z�nay include: a. Introduction af Project Personnel b. General Deseription of Project c. Status o�rigl�t-o� way, utility clearances, easem:ents or other pertit�ent permits d. Coiitractor's work plan and sch�duIe e. Gontract Time f. Notice to Proceed g. Const�-uction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposa� Site Letter for Waste Materzal 1. Insurance Renerovals m. Payroll Certification n. Material Certifcations and Quality Control Testiug o. Public Safety and Convenience p. Dacamentation of Pre-Con.structzon Conditions q. Weakend Work Notification r. Lega� H4lidays s. Trench Safe�y Plans t. Confined Space Entry Standards u. Coordination with the City's representative far ope:ratians of existing vvater systenns v. Storm Water Pollu�ion �revantion P�an w. Coordination with other Contractors x. Ear�y Warning System y. ContracYor Evaluation z. Special Conditions applica6le to the pxoject aa. Damages Claixn.s bb. Subtnittal Proced�res �c. Substitution Proced�a:res dd. Correspondence Routing ee. Record Drawings ff. Tennporary canstruction facilities gg. M/WBE or MBEIS�E procedures hh. Final Acceptance ii. Fina� Pay�ment jj. Questions Qr Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUME[�€TS Revised August i 7, 2fl 12 SOL SLOPE 1ZET'AIR AND TREE REMOVAL City Project 1*!0. WRT-200I-3DU007 V D13119-3 PItEGONSTRUCTIQN iv[EETING Page 3 of 3 1 1.5 SUBMYTTALS [NOT USED] 2 1.6 ACTION STTSMITTALS/INFOItMATIONAL SUBM�TTALS [N�T USED] 3 1.�' CLOSEOUT SUBM�TTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUSNIITTALS [NOT USED] 5 1.9 QUALITY ASST]RANCE [NOT USED] ' � 1.10 DELNERY, STORAGE, AND HANALING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] S 1.1� WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECLTTION [N�T USED] zi . 12 DATE NAME 13 � I � END OF SECTION R�V1S1pII �.Qg SUMMARY OF CHANGE ClTY �F FORT WORfH STANDARD CONSTRUCTION SPECIF[CATIQN 1�OCUMEN'I'S Revised August 17, 2012 S4L SLpPE REPAiR AiVD TREE REMOVAL City Project No. WRT-2001-30DOD7 ai��2o-� PR07ECT 3vfE£`I'R�fG5 Page l of 3 , i , 2 3 PAR.T I - GENERAL 4 L 1 SUMMAItY SECTYON OI 3120 PROJECT MEE"TINGS 5 6 , 7 � 8 9 ' � I0 - 11 . 12 i 13 r � A. Section Includ�s; 1. Provisions £or �roject meetings tiu�oughout the constructian period to enable arderly review of the progress of the Work and to pro�vide for systematic discussian of potential problems • B. D�viations this City of Fort Wortb. Standard 5pecification 1. None. C. Related Specification �ections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions af il�e Contract 2. Division 1— Generai Raquirements 14 1.2 PRICE AND PAYNIENT PROCEDURES 15 A. Measurement and Payrnent 16 J.. Wark associated with �his rtem is considered subsidiary to the various items bad. 17 No separate payment wiil be allovved for f.�iis Item. 18 1.3 REFERENCES [N�T US�D] 19 1.4 ADN[INISTRATIVE REQUILtEMENTS 20 21 22 23 24 2S 26 27 28 29 A. Coordination 1. Schedule, attend an.d administer as specified, periodic progress meetings, and specia�ly calIed meetings througl�at�t progress of the Work. 2. Representatives of Coniractor, subcontxactors and suppjiers attending maetings sha11 he qualiiied and authorized to act on behali o�'the entiiy each represents. 3. Meetings adminis#ered by City may be iape recorded, a. i€ recorded, tapes will ba used to prepare rninutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. 30 B. Pre-Canstrt�ction Neighborhood Meeting 31 1. After the execntion of the Agreement, but before construction is allowed to begin, 32 xttend 1 Public Meeting wit1�. affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Loca#ion of ineeting to he determined by the Cziy. 37 3. Attendees 38 a. Contractar CITY Q�' FORT WORTI-1 STANDARD CONSTR[�CTIOh3 SPEC{FICATION �OCUMENTS Revised ]uly l, 201 E SOL SLOPE REPAIR AND "1'12EE REIVIOVAL Ciiy Project No. WR'r-2U01 3400U7 oi3izo-z PROIE�T ME�TINGS Page 2 of 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 b. Project Representative c. Other City representatives 4. Meeiing Schedu[e a. In g�neral, the neighborhood rneeiing will occ�r within the 2 weeks following tk�e pre-canstruction conference. b. In no case will construction be aIlowed ta begin until this rneeting is held. C. Pragess Meetings 1. �onnal project conrdination zneetings will be held periodically. Meetings will be schEduled anc� administered by Praject Representative. 2. Additional progress meetings to �iscuss speci£'�c topics will be conciucted an an as- needed basis. Such additiona� zneetings shail include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment a Coordination between other construction projects , d. Resolution Qf construction issues e. Equipment approval 3. The Praject Representative will preside a� prog�ress meetings, prepare the notes of the meeting and distribute copies of the same to all participa�ts who so request by fully completing tl�e attendance form to be circulated at the beginning of each meeting. 4. Atteadance shall include: a. Contractor's project manager b. Coni�acior's superintendent c. Any subcontractor or supplier representatives whom the Contraetox may desire to invite or tlie City may request d. Engineer's rapresentatives e_ City's representatives f. Oihers, as requested by ihe Project Representative S. Preli�x►in.ary Agenda may include: a. Reeiew of Wark pro�;ress since previous meeting b. Field observations, problems, conflicts c_ Itezns which impede construc�ion schedule d. Revi�;vsr of o£� site fabrication, delivery schedules s. Review of consfi-uction interfacing and sequencing requirements with other canstruction contracts f. Carrective measures and proceduras to regain pro,�ected sc�Zedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality staz�dards l. Pending cha�ages and substitutions tt�. Review proposed c�ianges for: 1) Effect on construction schedule and on completion ciate 2} Effect on at��er contracts of tl�e Project n. Review Record Documents o. Review monthiy pay request p. Re�ierx+ status of Requests for Ynforrnation CITY OF F'ORT WORTI-i STANC]Ait]] CONS�RUCTION SPECIFICATION DOCUM�NTS Revised luly 1, 201I SqL SLOPE REPAIR AND TREE REMOVAL City Praject No. WR'C-20U1-300DD7 013120-3 PR03ECT MEETINGS Page 3 of 3 1 6. Meeting Schedule , 2 a. Progress meetings will be held periodical�y as determined by the Project 3 Representa�ive. 4 1) Addi�ional meeYings r�nay be helci at the request of the: 5 a} Czty 6 b} Engineer 7 c) Contractor 8 7. Meeting Location ', 9 a. The City wi�l establish a meeiing location. 1Q 1) To the exteni practicable, zn.eetings will be held at the Site. , _ 11 1.� SUSN�TTALS [N�T USED] .� 12 l.b ACTION SUBMITTALSlIl�TFORMATIONAL SUBNIITTALS [N�T USED] • 13 i. I CLOSE�UT SUBMITTALS [NOT USED] 14 1.8 MAINT�NANCE MATERiAL SUBMYTTAL� [NOT i1SED] � � 15 1.9 QUALITY ASSURANCE [NOT USEDj .! 16 1.1U DELNEI2Y, STORAGE, AND HAI�DLING [NOT USED] � 17 111 FIELD [SYTE� CONDTI`ION,� [NOT iT5ED] � 18 1.12 WARRAN�'Y'Y [NOT USED] I9 PART 2- PR�DUCTS [NOT USED� 20 PART 3- EXECUT�ON [NOT USED] 21 END OF SECTrON 22 DATE NAME 23 Revision Log SUMMARY OF CHANGE Ci'j'Y OF EORT VVORTH SOL SLOPE REPAfR AND TREE REMOVAL STANDARD CONSTRUCTiOI�C SP�GIFICATjON DdCUiviENTS Ci#y Project No. WRT-2001-304007 Rer+ised 7uiy l, 2011 I � 2 3 PART1- G�NERAL 4 1.1 SUIVIMARY a: 013216-1 CONSTRUCTI03�1 PR{lGRESS SCiiCD[7i,E Page 1 oF5 sECTroN o13z is CONSTRUCTION PROGRESS SCHEDULE 5 A. Section Includes: 6 I. General requirements for the preparation, subinittal, updating, stat�rs reporting and 7 t�nan.agezn.ent of the Constt-�ction Progress Schedule 8 2. Specific require�nents are preseated in the Cif� of ForC Worth Sck�edule Guidance 9 Document 10 B. Deviations frozn this City of Fort Wort� Standard Specification 3.1 � . None. 12 13 I4 15 1.� 16 17 18 � G, Related Specification Sections include, but are not necessariIy lixnited to: 1. Division 0— Bidding Requirements, Contract Foz7ms and Conditions of the Contract 2. Division 1— General Itequirenae�ts PRICE AND PAYMENT PROCEDURES A. Measuretn.ent azid Payment 1. Work associated with this Item is cansidered subsidiary to the variaus items bid. No separate paymen� wiIl be allawed for this Item. 19 1.3 REFERENCES 20 21 22 23 24 25 25 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Definitions 1. Schedule Tiers a. Tier 1- No schedule submittal requireci by contract. Sma.11, hrief duration projects b. Tier 2- No schedule suhmittal required by contract, �ut will require some milesione dates. Sznall, brief duration projecis a Tier 3- Schedule submittal required by contract as described in the Spec�cation and herein. Majo:rity of City projects, including a11 bond program proj ecfs d. Tier 4- Schedule subnnitta] rec�uired by c�ntract as described in the Specification and herein. Large andlor complex projects with long durations 1} Examples: large water pump station project aud associated pipeline witl� intercannectian to another governmental entity e. Tier 5- Schedule submittal required by contract as described in tlze Specification and herein. Large and/or vety cornplex pro3ects witk� long durations, high public visibility 1} Examples might in�lude a waker or wastewater treatment plant 2. Saseline Schedule -�nitial schedule sUbmitted before work begins that vwill ser�e as the baseline for measuring progress and departures frozn the schedule. 3. Progress Schedule - Monthly suhmi�tal of a progress schedule dacumenting progress on the project and any changes anticipated. C1TY qP TO1tT WORTI-I SOL SLOPE REPAIR AND TR�E REMOVAE. STAAfDARD CONSTRUCTION SPEC�'ICATION DOCUMENTS Ciry Project No_ WRT-20D i-300U07 Re�ised July l, 20l 1 013216-2 COIVSTRT TC I'iDN PROGiiESS SCIi�➢U[.E Page 2 of 5 1 2 3 4 F7 6 7 8 9 10 11 12 I3 14 15 16 17 18 I9 4. Sc�.edule Narrative - Concise narrati�e of tha schedule iz�cludi�zg sched�zle changes, expected delays, key schedule issues, critical pat� ite�s, etc B. Reference Standarc�s 1. City of k'oirt Warth Schedule Guidance Document 1.4 ADMINISTRATIVE REQi]IREM�NTS A. Baseline Sc�edule 1. General a. Prepare a cost-loaded baseiine Schedule usrng appraved softvaare and the Critical Pafh Method (CPM) as required in the City of Fort Worth 5chedule G�idance Doc�ment. b. Review the draft nost-loaded baseline Schedu�e with the City to denaanstrate understanding of tl�e work to be performed and known issues and constra�nts related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developzng and updating the schedule and preparung reports. B. Pr4gress Schedule 1. Update the progress Schedule t�.onthly as required in the City of Fort Worth Schedule Guid�ce Dacument. 2. Prepare the Schedule Narrative to accompany the monthly �rogress Schedule. 20 3. Change Orders 21 a. �corporate appraved cl�ange orders, resu�ting in a change o£ contra�f time, in 22 the ba�eline Sched�le iti accordance with City of Fort Worth Schedule 23 Guidance Docurn�ent. 24 C. Responsibility far Schedule Compliance 25 ].. �Vlxenever it becomes apparent from the current progress Schedule and CPM Status 26 Repart that d�lays to the critical path have resulted and the Contrract cornpletion 27 date will not be met, or when so directed by the City, make some or all nf tlae 28 fallowing actions at na additional cost ta the City 29 a. Svbmit a Reco�ery Plan to the City for approval ravised baseline Schedule 30 outlining: 31 1) A written statement af the steps intended to take to remove or arrest th� 32 delay to the critical path in fhe approved schedule 33 2} Increase construction manpower in such quantities and crafts as will 34 substantialiy eliminate the baciclog af wark and return current Schedule to 35 meet projeated baseline comp�etion dates 36 3) Increase the number af working hours per shift, shifts per day, vvorking 37 days per week, the amount of const�uciion equigrr►ent, or any combination 38 of`the �oregoing, sufficiently to substantially eSiminate the backlag of work 39 4} Reschedule activities to a.chieve maximum practical concurrency of 40 accomplishment nf activiiies, and comply with #he re�+ised schedule 4I 2. ��no written statement oithe steps intended to take zs submitted when so requasted 42 by the Ci�y, the City may direct the Contractar to increase the level of effor� in 43 manpower (trades), equipment and work schedule (avertime, weekend and holiday 44 work, etc.} to be emplayed by the ContractQr in order to remove or arrest the delay 45 to fihe critical path in the approved schedule. �k6 a. No additional cost foe such work will be considered. CITY DF PORT WORTH 50L SLOPE REPAIR AND TREE REMOVAL ST,4NDARD CONS'CRUCTT(7N SPECIrICATION DOCUIv1ENTS City Projeot No. WRT-20U1-3DUOU7 Revised duly I, 2p11 01 3216 - 3 CONSTRUCTION PROGRESS SCHEI�ULE Pa�e 3 of S 2 4 � 10 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 4� 4S 45 D. The Contract completiot� time will be adjusted only for causes specified in this Contract. 2. 3. a. Requests for an extension Qf any Cor�tract completion date znust be sup�lemented with the following: 1} Furnish justi�cation and supporting evide�ice as the City may deem necessary to deterinine whether the requested extension of tin:te is entitled under the provisions of this Contract. a) The City will, after receipt of such justiiication and supgarting evzdence, make findings of fact and wiil advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is eniitled, the Cily's de�ermination as to the total numbet of days aliowed for the extensions shall be based upon the approved total baseline sched�ale and an all data rele�ant to tl�e extension. a) Such data shall be includ�d in the ne�ct u}�dati�g of the Progeess schedule. b} Actual delays in activities which, according to the Baseline scheduie, do no� affect a�� Contracf completion date shown by the critical path in the network will not be the basis for a change tharein. Submit each request far change in Contract carnpletian date to the City within 30 days after the begin.ning of the deIay for which a time extensian is requested bt�t before the date of final payment under this Contract. a. No time ext�nsian vvill be granted for requests vvhich are not submit�ed within the foregaing time limit. b. Frnm time to time, it may be necessaxy for the Contract schedule or c�mpletion tzzn.e ta be adjusted by the City ta reflect the effects of job conditions, weaiher, technical difficulYies, strik�s, unavoidable delays o�a the psrt of the City or its representatives, and other unforeseeable conditions which may indicate schedule ad}ustments or completion time extensions. 1) Under such conditions, the City will direct the Contrac�or to reschedule the work or Cantraet compietion time to reflect the changed conditions and the Contractor shali re�ise his schedule accordingly. a) No additional comper�sation wi11 be made ta the Contractor far such s�hedule changes exc�pt for unavoidable averall contract time extensions beyond tI�e actual completiQn of unaffected work, in which case the Confractor si�all take all possible actian to mirtimize any time extensaan and any additional cost to the City. b} Available f�oat time in the Baseline schedule t�taay be used by tl�e City as well as by the Coz�tractor. Flaat ar slack time is defined as the arnount of time between th.e earliest star# date and the latest start date or between the Earliest finish date and the latest finish date of a chain of acti�ities on the Baseline Schedule. a. Float or slacic ti�ne is nat for the exclusi�+e use ar b�ne�t of either the Contractor or the City. !a. Proceed witl� work according to eariy start dates, and th� City shall have the rigl�t to reserve and appartinn float time according to the needs of the proj ect. CPl'Y OF FORT VVDRTH STANBARD CONSTRUCT[(3N SPECIPICATIpN �7pGUM�fTS Revised ]uly 1, 201 I SOL SLOPE REPAIR AND T12E� IiEMOVAL CityYrojectNo. WC�T-20U1-3DU007 013216-4 CONSTR[7CTION Pl20GRESS SCfiEDULE Page 4 of 5 � f I 2 3 4 S 6 7 8 9 l0 11 12 13 I4 ]. 5 16 17 c. Aclrnowlec�ge and agree that actual delays, affec�ing p�ths of acti�ities containing float tinne, will not have any effect upon con.tract completion tzmes, providing that the actual delay does n4t e�ceed the float t�me associated with thase activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be perforrr�ed undar this Contract concurrently with or contingent ugon work performed on tlae same facilities or area under other cantracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. 4btain the schedules oithe a�her approprfate contracts from the City for the pregarati�n and updating of Baseline schedule and rnake the required changes in hzs schedule when indicated by changes in carresponding schedul�s. 2. In case of interfer�nce between ihe operatio:ns of different contraotors, the Ciiy will determine the �+ork prioz�ity of each contractor and �lie sequence of work necessary to expedite the completion of the entire Proj ect. a. In such cases, the decision ofthe City shall be accepted as �nal. b. The teznporazy delay of any work due to such circurz�.stances shali not be considered as jt�stification for clait�s for additional campensatiozx. 18 1.5 SUSMITTALS 19 20 21 22 23 24 25 A: Baseline Sch�duIe 1. Submit Sch�dule in nativ� £'i1e format and pdf format as required in the City of Fort Woz-th Schedule Guidance Document. a. Native fi1e farmat i�cludes: J) Primavera {Pb or Primavera Coniractor) 2. Suhmit draft baseline Schedule io City prior to the pre-construction zneeting and bring in hard copy to the meeting for review and discussian. 26 B. Pr�grEss Schedule 27 1. Submit progress Schedule in na�ive file fornaat and pdf fo�nat as required in the 28 City of Fort Warth Schedule Guzdance Document. 29 2. Submit progress Schedule monthly no la#er than the last day of the month. 3D C. Schedule Narrative 31 1. Suhmit the schedule na�rative in pdf forrrr�at as required in the City of Fort Worth 32 Schedul� Guidance Document. 33 � 2. Submit schedule narrative tnonthly no later tk�an the last day of the month. 34 35 36 37 38 39 D. Sub�x�ittal Process 1. The City administers and nnaanages schedules through Buzzsa�w. 2. Contractor sk�all siibmit documents as required in the City of �'ort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptanc� has been issued by the City, no �urther progress schedules ar� required. � I CiTY OF FORT WORTH SaL SLpPE REPA3R AND TiZEE REMQVAL STANBARD CONSTRUCTiON SPECIFICATION DOCU[vIENTS City Project No. WRT-�001-30D067 , Revised July 1, 201 I O13216-5 CONSTRUCT10�1 PROGRESS SCH6DU[,� Page 5 of 5 I ' � I 2 3 4 5 b 7 8 9 l0 ll 12 13 l4 15 16� I7 1.6 ACTION SiTBNIITTALSIINFORMATIONAL SUBM�TTALS [NDT USED] I.q CLOSEOUT SUBMTTTALS �NOT USED] 1.S MAINTENANCE MATERiAia SUBNIITTALS [N4T USED] 1.9 QUALITY ASSURANCE A. The person preparing anci revising tha construction Progiress Schedule shall he experieneed in the preparatian of schedules of similar complexity. B. Scheduie and supporting docu�taents addressed in this Specification shall be pr�pared, updated and revised to accurately reflect the per�ormance of ihe consttuction. C. Contractor is responsible for ihe quality of all submittals in this sectian zx�eeting tbe sta.ndard of care for �ae const.�uction industzy �or similar projects. LIO DELIVERY, STOR.A.GE, AND HANDLING [NOT USEDJ 1.11 F�LD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRQDiTCTS �1�TOT US�D] PART 3 - EX�CUT�ON [1VOT US�D] END OF SECTION DATE NAME Revision Log SUMMARY QF CHt�,NGE � .l � 18 C�TY OF FQRT WQRTH STANDP.RD CONS'IRi1CTION SPECIFICATION DQCiJME3+1T5 Revised luly 1, 20] 1 SOL SLOPE REPAIR ANI� T�EE REMOVAL City Prnject No. WC�T 2041-3000Q7 013233-1 PiZECOtJ5TRUCTION VIDEO Page l of 2 � � �� I �� i t 1 2 3 PART1- G�NERAL 4 5 6 7 8 9 10 ll 12 13 1 �F 15 16 17 18 19 2D 21 22 23 24 25 26 27 28 � 29 aa 31 � 32 33 SECTI�N 0132 33 PRECONSTRUCTION VIDEO 1.1 SiJMMARY A. Section Includes: I. Adnainistrative and procedural requirements ��r: a. Preconstruction Vzdeos B. Deviations from this City of Fort Worth Standard Specificatian I , Non�. C. Related Sp�ci�ca.tion Sections include, but ar� not necessarily limited to: 1. Divisian q— Bidding R�quire�ents, Contract Forms and Conditions a�the Conhact 2. Division 1— General Requirements 1.Z PRICE AND PAYMENT PR�CEDURES A. Measurement and Payrt�ent 1. Warlc associated with this Itena is considered s�bs�diary ta the various items bid. No separate payment wi�l be allowed for this Item. • 1.3 REFERENCES [NOT USED] 1.4 ADIVIIPJISTRATIVE REQi7IltEMENTS A. Precanstruciion Video 1. �'roduce a preconstruction video oith� site/alignment, inclucling alI areas in tha vicinity of and to be affected by constr�action. a. �'rovid� digital copy of videa upon request by the City. 2. Retain a copy af the preconstruction videa unti! the end of the maintenance s�rety period. 1.5 SUBNJITTALS [NOT USEDj 1.6 ACTION SUBNIITTALS/iNFORMATIONAL SUBMITTALS [NOT US�D] I.'i CLOSEOUT SUBMITTALS [NOT U�ED] 1.$ MAINTENANCE MATERiAL SUBMITTALS [N��i TJSEDj 1.9 QUAL�TY ASSURANCE [NOT USED] 110 DELTVERY, STORAGE, AND HANDLING [NOT USED] 1.�1 FIELD [SITE] CONDITIONS [NOT USED] 1,12 WARRANTY [NOT USED] PART Z - PRODUCTS [NOT USEDJ CI`E'Y OF FDRT WORTH STANDARD CQNSTRUCTION SPECIF[CAT[QN DOCL3MEN'I'S Revised luiy l, 2D11 SOI, SL,QPE REPAIR AI�fD TREG REMOVAL City ProjectTfo. WRT-2001-300007 ■■ Oi3233-2 PRECON5TRI3CTTQIV VIDEO Page 2 of 2 ��� :� � � 1 PART 3- EXECUTZON [NOT USED} 2 END OF SECTION 3 DATE NAME 4 RevEsion Log SiJNiMARY OF CHANGE C1TY OF FORT Wp12'ffi STANDARD C�NSTRUCT[OId SPECIFICATIQN DOCUMEN'iS Revised July T, 20i1 SQL SLDPE REPAIR AN]] TItEE 1ZEMOVAL City Project No. WRT-200 i-300007 I 1 I oi �a ao - z SUBMI�'TALS Page 2 of & i � , 1 2 3 d. Ma�Ce submittals pron:�ptly in accardance with ap�ro�ed schedule, a�d in such sequence as to cause ito delay in the Work or in the work of any othez• cflntractor. i , �. 4 5 6 7 8 9 10 11 12 ]3 14 15 16 17 18 19 20 B. Submittall�T�unbering 1. '�?V'hen submitiing sY�op drawings or samples, utilize a 9-character subznittal cross- reFerence identification numbering system in the followzng manner: a. Use the �rst 6 digits of the applicable Specificatio�� Section Number. b. For the next 2 digits number use numbers D1-99 to sequentially nuinber each initial separate item or drawing submitted under each specific Section n�mber. c. Last use a letter, A-Z, indicating the resubmission of the sama dravving {i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittaI n.umbar would be as foilarvs: 03 30 00-08-B 1) 03 30 0� is the Specification �ection for Concrete 2) OS is the eighth initiat submittal under this Specification Section 3} B is the third submission {second resubmission) o�'�t particular shop drawing C. Contractor Certification 2l I. Review shop drawings, product data and samples, inciuding those by 22 subcontractors, prior to submissian to determine and verify the following: 23 a. Field measurements 24 h. Field canstruction criteria 25 c. Catatag numbers and sino.ilar data 2� d. Conformance with the Cantract Documents 27 � 2. Provide each shop drawing, sample and produ�t data subznitted bythe Contractor 28 with a Certif cation Statement af�xed inclading: 29 a. The Contractor's Company nar�e 30 b. Signature of submittal revie�er 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that � have determined and verified 33 field measurements, field co�struction criteria, materials, dimensionis, 3� catalog num�ers and similar data and I have checked and coordinated each 35 it�m with ofiher appIzcable approved shop drawzngs." 36 37 38 34 40 41 42 A3 44 45 46 D. Submittal Format 1. F'old shop drawings Iarger than $'/� inclies x 11 inches to 8'/Z inches x 1 I�nches. 2. Bind shnp drawings and produci data sheets together. 3. Order a. Cover Sheet 1) Descrip�ion ofPac�Cat _ 2) Contractor Certi�catian b. List oi rtems / Table af Cantents c. Product Data /Shop DrawingslSampies /Calculations E. Subxnittal Co�ntent 1. T�e date af submission and the dates of any previous submissions CiTY OF FO�2T WO1tTH STANI7P.EtD GONSTRi1CTIQN SPECIC'1CATION DOCUMENTS Revised December 2�, 2012 SOL SLOPE IiEPAiR AND TTtHE REMOVAL City Project Na. WRT-2001-3000D7 D13300-3 SUBMITTAL5 Page 3 of 8 � l 1 2. The Praject title and number 2 3. Contractor identifcation 3 4. The names of: 4 a. Contractor 5 b. SuppIier 6 c. Manufacturer 7 5. Identification of tl�e product, with the Specifica#ion Section nunnber, page and 8 paragrapl�(s) 9 6. �ield d�imensions, clearly identified as such ].0 '1. Relation to adjacent or critieal %atures of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Ideafiification by higblighting of deviations £rom Contract Documents 13 10. Identification by highlighting of revisions on r$subznittals 14 1 l. An 8-inch x 3-inch blank space �or ContractQr atad City stamps 15 16 17 18 19 20 21 22 23 24 25 2b 2'7 28 29 30 31 32 33 3� 35 3b 37 38 39 40 � �. 42 43 44 45 46 F. 5hop Drawings 1. As specified in individu�l Work Sections includes, but is not necessarily Iimited to: a. Custom-prepared dafia. such as fabrication and erectionlinstallation (working� drawings b. Scheduled izafozanation c. Setting diagrams d. Actixal shopwork znazaufacfuring i�structions e. Custom templates f. Special wiring diagrann.s g. Coordination drawings h. Individual sysfern or equipznent inspection and test reports including: 1) Pe�ot�n.ance curves and certifications i. As applicable to the Work 2. Detai�s a. R�lation of the variovs parts to the main tnembers and lines of the structure b. Where cnnect fabrication of the Work depends upon fie�d measurements 1) Provide such measuxemenis and note on the drawings prior to submitting for approval. G. Product Data 1. For submittals ofpxoduct data for products included on the City's Standard Product List, clearly identiiy each ita�n selected �'or use on tl�e Project. 2. Por� s�hmi�tais of produc� data for products not included an tkte City's 5tandard Prodt�ct List, submittal c3ata may include, but is not necessarily limi�ed to: a. Standard prepared data far manufactured products {sornetzmes referred to as catalog data) 1) Sucl� as the ma.nufacturer's praduct specification and installation IT15tiUC�IQi1S 2) Availability of �olors and patterns 3) Manufacturer's printed sta.tements of compliances and applicability 4} Rnughing-iza diagrams an$ templates �) Catalog euts 6) Prodtact photographs CITY OF FORT WORTH STANDARD CONSTRUCTION SPECiFFCA'FION T�OCtIMEt�i'1'S Revised Decembee 2Q, 2012 50L SLQPH REPAIR AND TREE REMOVAL City Projeci Na. WAT-2001-300007 Q1330U-4 Sl7BMITTRLS Page 4 of 8 1 7) Standard wiring diagrams 2 S} Printed performance curvas and aperatzonaI-rar�ge diagrams 3 9} Production ar quality contral inspection and test repQrts and ceriific�.tions 4 lU) Mill reports 5 11 } Product operating a.nd maintenance instnxctions and recommended fi s}�are-par�s listing and printed product warranties 7 12} As applicable to ttze Work 8 H. 5amples 9 1, As specified in individual Sectians, include, but are not necessarily limiCed to: 10 a. Physical examples of the Work such as: 11 1} Sections of rnanufactured or fabricated Work 12 2} Sma�l cuts or con#ainers of materials 13 3} Complete units of repetitively used products color/texturelpattern swatches 14 and rauge sets 15 4) Specirnens for coordination of visual effect 16 S) Grapi�ic syzxzbals and units of Wor�C to be used hy the City for indepencient 17 inspection and testing, as applicable to the Work 18 1. Do nat start Work requiring a shop drawing, sarnple ar prociuct data nor any material to 19 be fabricateci or instailed priar to the approval or qual�fied a�proval of �uch it�m. 20 1. Fabrieation performed, materials purchased or on-site constructiozz accomplished 21 which does not canform to appro�v�d shop drawings an:d data is at the Confractor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 2. The Cify will not be liable %r any expense or deiay due to correctians or remedies required to accomplish confornnity. 3. Complete project Work, znaterials, fabrication, and ins�allatians in canforznanee with approved shop drawings, applicable samples, ar►d prodnct data. 7. Submittal Disiribution J.. Elactronic Distribution. a. Conf�rt development of Project directory fnr electranic submittals to be uploacied io City's Buzzsaw sife, ar another external FTP site approved by the City. b. Shop Dravvings 1) Upload submitta3 to designated project directory and notify appropriate City representatives via email of st�bmittal pastizzg. 2) Hard Capies � a) 3 copies for all submitta�s b) If Contractor requires more than 1�ax�d copy af Shog Drawirzgs retumed, Contractor shali submit more fhan the number of copies listed above. c. Frodnct Data I) Upload subtaxittal to desig,nated pro,�ect directory and notify appropriafe City representatives via ernail of submittal posting. 2) Hard Cdpies a) 3 capies for aIl submittals d. Samples 1) Distributed ta the Project RepresenYative 2. Hard Copy Disfxibution (if required in lieu of electronic distribution) CITY OF C�RT WORTH 5'I'ANDARD CONSTfti1CT10N SPECIi'ICATI�N DOCUMENTS Revised Decemher 20, 20I2 SQL SLOPE REPAIR AND TRCE REIv10VAL City Project No. WR1'-2001-30D007 013300-5 Si1BMITTALS Page 5 of 8 I F , � 1 2 3 4 5 � 7 8 9 1D 11 iz 13 14 15 16 17 18 19 20 21 ' 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4I 42 43 44 45 46 47 48 a. Shop Drawings L) Distribuied to the City 2) Copies a) $ copies for mechanical submittals b) 7 copies for a�l other submittals c) If Cont�actor requirres z�nare than 3 copies of �hop Drawings returned, Contrac�ar sk�a11 sub�nit more than the number of eopics listed above. b. Product Data 1) Distributed to th� CiLy 2} Copies a) 4 capies c. Samples 1) Distributed to the Project Representative 2) Copzes a) Submit the number stated in the respective Specification SectiQns. 3. Distribute reproduciions of approved shop drawings at�d capies of approved product data and samples, where required, to the job site fiie and elsewhere as directet� by the City. a. Provid� n�amber of copies as directed by the City but not exceeding the number previausly specified. I�. Submittal Review 1. 2. 3 ►,� The review af shog drawings, data and samples will be �or general confarmance with the dasign concept and Coniract Documents. This is not to be construed as: a. Permitting ar�y departure �'rom the Can�ract requirements b. � Relieving the Coz�tractor af responsihility for any errors, including details, dimensions, and matarials c. Approving departur�s fronn details iurnished by the City, except as otherwise provided herein The review and approval of shop drawings, sanaples or product data by the City does �zot relieve the Contraetor from his/her responsibility with r�gard to fhe fulfillment of the terms ai the Contract. a. All risks of error and omission are assumed by the Contractor, and the City wilI have no responsibility fherefore. The Contraetor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabricatio� processes, for techniques of assembly and for perfornning Work in a safe manner. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interes# of the City and to be sa minor as not t4 involve a cha�ga in Contract Price or time %r performance, the City may reiurn the reviewed drawings with4ut nating an exception. 5. Submit�ais wil! be retur�-r�ed to th.e Cantractar under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittaI. a) When returned under this code ihe Contractar �nn.ay release the equipment and/or material for manufacture. b. Code 2 CITY Oi= FORT W012TH STANDARD CONSTRi7CTI0N SPECIFICATION DOCUMENTS Revised Decernber 24, 2012 SOL SLOPE REPAIR AND TREE REMOVAI. City Project No. WRT-2001-3�000'i D13300-6 SUBMITTALS Page G of 8 " f 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 I6 17 18 19 20 21 22 23 24 25 26 27 28 29 34 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 C. � 1) "EXCEPTTONS NOTED". This code is assigned when a confrmation of the notations and comtnents IS NOT z•equired by the Contractor. a) The Contractorr znay release the eauipment ar material fa�• manufacture; h.ovwevex, all notations and cornments must bE incorporated into tlie final pro�uct. Code 3 1) "EXCEPTIONS NOTEDIRESUBMIT". This combination of codes is assigned when notations and cornments are ex#ensive enough to require a resUbmittal of the package. a) The Con�ractor rr�ay release the equipment or material for manufacture; however, all notations and eomments must be incorporated in�o the final praduct. b) This resubmittal is to address all comm�nts, omissions and. non-conforming items that were na�ed. c} Resubmiltal is to �e recei�ed by the City within 1 S Cale�dar Days of t1�e date of the City's transmittat requiring ihe resubmittal. Gode 4 1) "NOT APPROVED" is assigned when the submittal daes not meet the intent of the Contract Dacuzxxents. a) The Contractor must resubmit #1ie entire package revised to bring the submittal inia con%rmance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. b. Resubmittals a. Handled in the same manner as first submittals � 1) Correct�ons oiher than requested by the City 2) Marked with revision triangle or other siFnilax method a) At Caniractar's risk if not marked b. Submittals for each item will he reviewed no more than twice ai the City's expense. 1) All subsequent reviews will be performed at ti�nes convenient to the City and at the Contractor's expense, based on the Czty's ox City Represeniative's then prevailzng rates. � 2) Pravide Contractor reimbursement to the City within 3D Calendar Days for all such %es invoiced by the City. c. Th.e n.eed for more �han 1 resubmission ar any other delay in obtaining City's review of submi�tals, will not entitle the Contractor to an extension of Con.tract Time. 7. Partial8ubmittals a. City reserves the right to not review submittals deemed partial, at the City's diseretian. b. Suhmittals deemad by th� City to be n;ot complete wili be retumed to the Contracior, and will be considered "Not Approveci" until resubzniited. c. TI�e City may at its option pro�ide a list or :tr�airk tk�e submittal directing the Contractor to the areas that are incomplete_ 8. Ifthe Contractor considers any carrection indicated on the sho� drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the Ciiy at l�asf 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRl3CTIDirI SPECEF[CATIDN DOClJ3vtEi�]TS Re�ised �eeember 24, 2012 SOL SLOPE REPAlR AND TREE REMOVAL City Pro}ect No. WRT-2Q01-30p0�7 r � 0[ 3300-7 SIJSMITTALS Page 7 oF 8 1 9. When the shop dra�nvings have been completed #o the satisfaction Qf the City, ihe 2 Contractor zi�ay ca�-ty out tk�e construction in accardance t�er�with an:d no fiu-ther 3 changes therein except upon written instructions from the City. 4 la. Each submittal, appropriately cocEed, w+ill be retumed within 30 Calendar Days 5 following receipi oF suhmitt�l by il�e City. 6 L. Mock ups 7 1. Mock Up units as spacified in individual Sections, incl�de, but are not necessariIy 8 liaaaited to, cott�plete units of the standard of accepta�ce for that type of Work to be 9 used on the Project. Remove at the completion of the Work or wl�en directed. 1� M. Qualificarions 11 1. If specifically required in other Sections of these Speczf'ications, submit a P.E. i2 Certificatian for each ite:m reanired_ 13 N. Request for Information (RFn 14 1. Contractor Request for additional informa�ion 15 a, Clarification or interpretation of the contract documents l 6 b. When the Contractor believes there is a conflict between Cantract Documents 17 c. When the Contractor believes there is a con�ict between the Drawings and 18 Specifzcations 19 1} Identify the conflict and request clarifcatioz� 20 2. Use the Req�est for Inforn�ation. (RFI) form provided by the City. 21 3. Numbering af RFI 22 a. �'ref� wi#h "RFI" followed by series number, "-a�xx", beginning with "O 1" and 23 increasin.g sequentaal ly with each additional transmittal. 24 4. Sufficient iflformation shall be at�ached to permit a written. response without further 25 infarmation. 26 S. Th:e City will log each xequsst and wii� review the reyuest. 27 a. If review of the project information requ�sf indicates that a change to th.e 28 Cont�act Docunaents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 I.5 SUBNIITTALS [NOT USED] 31 1.G ACTIQN SIIBMITTALSfINFORMATIONAL S�CTBNIITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTAL5 [NOT USED] 33 ].S M�IlVT�NANCE MATERIAL SUSNIITTALS [NOT USEDj 34 1.� QUAi.ITY A55URANCE [NOT USED] 35 1.1Q DELNERY, STORAGE, AND HANDLING [NOT �C1SEDj 36 37 1.11 FIELD [ST�] C�NDTI'�ONS [NOT USED] 1.12 WARRANTY [NOT US�Dj C1TY OF FaRT WORTH STIINDARD CONSTRUCTI�N SPECIFICATION 130CUMENTS Rcvised pecamber 20, 2p12 50L SLOPE I2EPAIR AND TREB REMOV/1L City Froject Na. WRT-20U1-3000D7 f � �� � � � PaRT z - �RonucTs �NaT USEv� 2 PART 3- EXECUTION [NOT USED] 3 END O� SECTrOIV' 4 DATE 12/20/20 T 2 S 013300-5 SUBIvfITTAI.S Pa�e 8 of 8 Revision Log NAME SIJMMARY OF CHANGE D. Jahnson I.4.K.8. Working Days mocfifed tfl Calendar Days CITY aF FQRT WORTfi STANDARD Cf3N3TRl�CTION SPECIFICATION DOCUM�NTS Revised PecerrEber 2fl, 201� SOL SLOPE REPAIR RNT� TREE REMOVAL CityPrajec#No. WRT-2001-300007 .i � 1 2 � �I � � i 3 PART1- GENERAL 4 1.1 SU117MARY S 6 7 8 9 10 lI 12 13 14 15 16 17 18 I9 2Q 21 22 23 ,�ECTIDN Q13� 13 SPECIAL PR47ECT PROCEDURES 0135f3-1 SPECEAL PROJECT PROCEDURES Page f of 8 A. Sectian Includes: l.. The procedures for special project circunnstances that in.cludes, but is not limited to: a. Caordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Canfined Space Entry Program d. Air Poliution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notiiication g. Public Notification Prior to Beginzaing Constxuction h. Coordina�ian witl� United States Army Corps of Engineers i. Coordination •within Railroad permits areas j. Dust Controi k. Employee P�rking B. Deviations from this City of Fort Worth Standard Speci�cation � . None. C. Related Specifzcation Sections include, hut are not necessarily lirnited to: 1. Division 0-- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General R�quirements 3. Section 33 12 25 — Connection to Existing Water Mains 24 l.2 PR�CE AND PAYMENT PROCEDURES 25 26 27 28 24 30 3l 32 33 34 35 3b 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measuremen:t 1) IVieasurement for this Ttem will be by Lump sum. b. Paynaent 1) The work perFormed and materials f�rnished in accordance u�ith this Item wil! be paid for at the lunap sutr� price bid for Railroad Coordination. c. The price bid shall include: 1} Mobilization 2) Tnspectian 3) Safety training � 4) AdditionaIInsurance 5) rnsurance Certif�cates 6) Other requir�menis associat�d with gen�ral coordination with Rai�road, including additio�nal ezziployees required to pratec� the right-of-way and . property of the Railroad from damage arising out of andlor from the construction Qf fihe Project. 2. Railroad Flagmen �ITY OF FOitT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised �ecember 20, 2012 SOL SLOPC REPA[R AND TREE REMOV�AL City Project No. wIZT-20Di-3040�7 Of 3513-2 SP�CiAL PRDJECT PRDCEDUi2ES Page 2 0#'$ 1 2 3 4 5 6 7 8 9 10 11 I2 13 a_ Measurement 1) Measurement %r this Ite�n wili be per worlcing day. b. Payment 1) The work performed ai�d materials fitrnished in accordance with this Item will be paid for each working day ihafi Railroad Flagmen are present at the Site. c. The price bid si�a11 inrclude: 1) Coorciination for scheduling flagme� 2) Flagmen 3) Ofher requirezn.ents assaciated with Railroad 3. All ot�er items � a. Work assoeia�ed with these Items is considered subsidiary to the various Item.s bid. No se}�arate payznent will 6e allowed for this Item. 1�F f.3 REFERENCES 15 16 17 18 19 20 21 22 A. Ra�'erence SY�dards 1. Reference standards cited in this Specification ref�r to Yhe cur.rent referenee standard publish�d at the time of th.e latest revision date iogged at the end of tl�is Speci�cation, unless a date is specificaily cited. 2. Health and Safety Code, Tit1e 3. Safety, Subtitle A. Publie Safety, Chapter 752. High Voltage �verlaead Lizaes. 3. North Central Texas Council of Governments (NCTCOG) — Clean Gonstructian Specification 23 1.4 ADMIlVISTRAT�V'E REQUIItEMENTS 24 A. C�ordinaiion �vith the Texas Department of Trau�partatic�n 25 26 27 28 29 34 31 32 �. Wlien worrk in t�:e right-of-way which is under the jurisdiction of the Texas Department of Transportation {T�cDOT): a. Notify the Texas Dspartment of Transportation prior to cornmencing any work therein in accordance with the pravisions of the petxnit b. A,11 work performed in the TxDOT right-of-way shall be perfo�ned in compliance with and subject to approval frarrt the Texas Depart�nent of Transporta#ion B. Work near High Volta.ge Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (mare than 600 volts Fneasured befween 35 conductors or between a conductor and ihe ground} shall be in accardance with 36 Health and Safety Code, Title 9, Su6tiile A, Cliapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet af higia voltage lines wiil require the following 40 saf�ty features 41 a. Insulating cage-type oi guard about the boom or arm 42 b. Insulator lin�cs on the lift hook connections for back hoes or dippers 43 c. Equipmen� must rneet the safety requirements as set fortia by OSHA and the 44� safety requir�ments of the owner of the hzgk� voltage lines 45 4. Work within 6%et of high voltage electric lines I CITY OC I�ORT WORTH SOL SLOPE REPAIR AND TREE REN€QVAL S"FANDARD CONSTRCiCTION 3PECiFICATEON DDCUMEI�'FS City Project Na. WR"F-2001-3DOQQ7 j Revised December 24, 2012 U[3513-3 SPECIAL PROJ�CT PROCEDUItES Page 3 of $ � 1 2 3 � S 6 7 8 9 10 11 12 13 14 1S l6 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 � 39 4D � 41 , _ 42 43 j 44 45 4b :� � c. Notificatio� si�all be givan to: 1) The power company (examgle: ONCOR} a) Maintain an accurate log af all such calls to power campany and record action taken ir� each case. Coordination with pawer company 1) After notification coordinate ,uvit�i the power co�npany to: a) Erect �empora7y mechanical barriers, de-energize the Iines, or raise or lower tk�e lines No personneS may work within 6 feet of a hig� voltage line before the a6ovE rec�uirements have heen met. C. Conf'ined Space Entry Program J. Provide and �oIlaw approved Confned Space Entry Program in accardanca with OSHA requirements. 2. Confined Spa.ccs include: a. Manholes b. All oiher confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Poll�tion Watch Days 1 2 Genera� a. Observe th� followi�ag guidelines relating to working on City construction sites on days designated as "AIR POLLUTION W1�.TCH DAYS". b. Typzcal Ozone Season 1) May 1 through October 31. c. Gritical Emission Titr�.e 1) 6:00 a.m. to 10:00 a.m. Watch Days a. The Texas Caznmission on Environmental Quality (TCEQ), in coardination with the Nationa! Weather Serv'ica, �t�vil! issue the Air Pollution Watch by 3:Q0 p.m. on the afternoon pziorr to the WATCH day. b_ Requirements 1} Begin vvork after J.0:00 a.rr�. whenever construction phasin� requires tlle use of motorized equxpment for periods in excess of 1. k�our. 2) Howe�er, the Contractor rnay begin work prior to 10:00 a.m. if: a) Use of moforized equipment is less than 1 hour, or b) Ii equipment is nevv and certi�ed by EPA as "Low Emitting", or eguipme�t burns Ultra Low Sulfur Diesel {ULSD), diesel err�ulsians, or alternatir+e fuals such as CNG. E. TCEQ Air Pemut 1. Obtaiz� TCEQ Air Permit for construction acti�ities per requiremenfs of TCEQ. F. Use of Explosives, Drop Weight, �tc. 1. When Cantract Documen�s permi# on the project the following wilj apply: a. Public Notification 1) Submit notice to City and proof oi adequate insurance caverage, 24 hours prior to commencing. 2} Minitnurn 24 k�our public natzfication in accordance with Section Ol 3I 13 G. Water D�partrnant Coordzziation ci�r� o� �our wo�rx STAI317ARll COAESTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 50i. SLf)PE REPAIR l�tMU TREE REMOVAL CiTyProjectl�€o. WRT-20Q1-300007 Dl 35 !3 - A SPECIAL PRDIECT PROCEDURES Pags 4 of S � i , � � j 2 3 � S 6 7 8 9 10 11 12 13 14 15 I6 17 1.8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 �4Q 4l 42 43 44 45 46 47 48 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing �ines. The Cottt�•aetor sha11 be required to coorciinate wzth �he Water Depaz�rment to determine the best times for deactivating and activating those lines. 2. Coordinafie arty event that wi(j reqvire connec�ing ta or ihe operatian of an existin� City water line system with the City's representati�e. a. Coordination shall be i� acca:rdance �vith Section 33 12 25. b. If z�eeded, abtain a hydrant water rneter from tha Water Department for use c�uring the life af named project. c. In the event that a waterr valve on an existing live system be tuxned off and on to accojnmodate the construction of the project is required, coordinate this activity through the appropriate City reprresentative. J) Do not operate water line valves of e�sting water system. a) Failure to comply will render fhe Con.tractor in violation af Texas Penal Coda Title 7, Chapter 28.03 (Criminal Mischie� and t��e Coniractor will be prosecuted to the full extent of t�e law. b) In addition, th.e Contrac�or will assume all liabilities and responsibilities as a result of these actions. H. Public Notification 1'rior to Beginning Construction 1. Pridr to heginning construction on any block in the praject, on a bIock by block hasis, prepare and deliver a notice or flyer of the pending consfixctio�� to the front door oi each rasidence or business that w�l ba impacted by cons�xuction. The notice s�Zall be prepared as follows: a. Post no�ice or flyer '1 days prinr ta beginr�in.g any construction acti�ity on each b1Qck zn the project area. 1) Prepare flyer on the Contr�ctor's lettarhead a�nd include the �ollowing information: � a) Nam.e of Project b) Gity Project No {CPN) � c) Scope of Pro�ect (i.e. type of construction actz�ity) d) Actual construction dura.tion within the block e) Name of the contractor's foreman and phone nutxzber f} Name �f the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre-construction notification' flyer is attached as E�,hibit A. 3} Submit schedule shawing the constructian start and fnish tiine far each bloc�c of the proj ect ta the inspector. 4) Deliver flyer to the City Inspeetar for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents af the block. I. Pt�blic Notiiication of Temporary Water Service Interrupfiion during Construction 1. In the event it becames necessary to temporariiy shut down water service to residents or businesses during canstruction, prepare and deliver a notice or flyer of the pending interrup�iQn to the front daar of each affected residen�. 2. Prapared notice as foIlavvs: a. The noti�eatian ar flyer shall he posted 24 hours prior to the temporary ii�te�-niption_ CI�Y OF FORT WORTH STANDARD CpNSTRUCTION SPECIFICATIOiV 60CLJMENT3 Revisad December 20, 2d12 50L SLOPE REPA[R AND TREE R�MaVAL City Pro,�ect t�€o. WRT-2Q0l-3Q0007 0l3513-5 SPECEAL PROJECT PROCEDURES Page 5 of 8 I ! � 1 2 3 4 5 6 7 S 9 10 il 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 b. Prepare flyer on the contractor's le�terh�ad and ii�clude the following information: l) Name af the project 2) Gity Project Number 3) Date of the interruption af sarvice 4) Period the intez-ruptzan wil3 take �lace 5) Name of the contractor's foreman and phone number f} Name of the City's inspectar and phone nunnber c. A satnple ofthe tamporary water service interruption noti�cation is atta.ched as E�chibit B. d. Deliver a copy of the temporary interruption notif'zcation to the City inspe�tor �ox review prior to being distributed. e. No interruption of water service cazi occur uzatil the flyer has been delivered to all affected residen.ts and businesses. f Eiectronic versions of tlie sample flyers can be obtained from the 1'roject Construction L�spector. 3. Coordination with United States Arn,zy Corps of Engzneers (USACE) 1. At locations in the Praject where construction ac�ivities occur in are�s where i7SACE permits ar� required, meet a11 requirement� set forth in each designated perxr�it. K. Coordination within Railroad Permit Areas � 3. At locations in the project �vhere co:nstruction activities occur in areas vvhere railroad permits are required, maet alI requireme�ts set fortli in each,deszgnated railroad permit. This ineludes, but is not limited to, provisions for: a. Flag�men b. Inspectors � c. Safaty training d. Adciitional insurance e. Insurance certificate� f. Other employees required to protect the rigfit-of-way atad praperty of the Railroad Company from daznage arising out of and/or from the co�struction o� the project. Proper utility cfearance procedures shall be used in accordance with the permi� guideiines. Obtain any supplez�nental information needed to comply with the railroad's requirements. Railraad Flagmen a. Submit receipts ta City for verification of working ciays that railroac� flagmen were present on Site. L. Dust Control 1. Use acceptable nn.easures t� coniro! dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. b. I€wet sa�c3v cutting is performed, capture and properly c�ispose of sl�rry. M. E�ployeE Parkirig 1. Provide parking for employees at locations approved by fihe City. N. {Coarditaation with North Central Texas Council of Governments (NCTCOG) Clean Cvnstruction Specification [if reguired for the project —�verify with City] C1TY OF POAT WORTH STANBARD CONSTRUCTION SPECIf ICATION �OCi1MENTS Re�ised Decem6er 24, 2012 50L SLOPE RL• PAIR AI�lI7 TREE REMQVAL City Projectt�fo. WItT-240i-3000U7 I � � 1 2 3 4 5 6 7 8 9 10 il O13513-6 SPECIAL PROJECT PROCEDU�iES gage 6 af $ 1. CQznply wit�x equipment, operationaI, reparting and enforcement requirements set forth in NCTCOG's Clean Construction Specification.} 1.5 SUEMITTALS [NQT USED] 1.6 ACTION SUSMITTAL5/INFORMATIONAL SUEIVIITTALS [N�T U�ED] I.7 CL�SEOTTT SUBNIITTALS [NflT USED] 1.8 MAINTENANCE MATERIAL SUBMCTTALS [NOT U�EDj 1.9 QUALITY ASSURANCE �NOT USED] 1.f0 DELNERY, STORAGE, AND HANI)LING [NOT US�D] 1.i1 FIELD [SITE] CONDYTrONS [NOT USED] 1.12 WAIt1tANTY [NOT USEDI PART � - PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USEDJ 13 14 DATE NAME 8/31/2412 D. Johnsan - 15 � ,� I . �. 4� �� END DF SECTION Revision Log �UMMARY OF CH�NGE L4.B — Added requirement of compliauce with Health and Safety Code, Titie 9. Safety, Subtitle A PubIic Safety, Chapter 752. High Voltage �verhead i,ines. 1.4,E --� Added Contractor responsibiliiy for ohtaining a TCEQ Azr Permit Ci7'Y OF FO12T WQi2TH STANDARD COAISTRUCTION SPECIFICATION DOCLIME3VTS Revised December 2Q 2p 12 SOL SL�PC REPAIR AND TR�E R�MOVAL City Project No. WRT-2D01-300007 � i ,, � l.' I 2 3 4 S 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limiis ofi Gonstruction: i2 13 O13513-7 3P�CIAL PROJfiCT PROCE�lIR�S Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead} 14 15 l.6 �7 THiS [S TO WFORISIi Y4U THAT UNDER A CONTRACT 1lVlTH THE CITY OF FORT 1s VVORTH, OUR CO[I�PANY WILL VilORK OiV UTILITY L1NE5 ON OR AROUND Y011R 19 PROP�R`TY, 2a 2i CONSTRUCTION 1�VIL� �EG[N APPROXIMAT�LY SEVEN �AYS FRONY TH� DATE 22 OF THIS NOTICE. 23 24 lF YDU HAVE QU�5T10NS ABOUT ACC�SS, SECURiTY, SA�r�TY OR ANY QTHER 25 ISSUE, PLEASE CA�L. 26 z7 28 f�lllr. �CONTRAC70R'S SUP�RIN7END�NT� AT �TELEPHONE NO.� 29 30 OR 31 32 MI'. �CITY INSPECTOR� AT � Y��.��HONe n�o.� 33 34 AFTER 4.30 PIV� OR ON WEEK�NDS, P�,EASE CALL {897) 39� $306 35 3� PLEASE KEEP THIS FLYER NAIVDY WHEN YOU CALL 37 CiTY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATIDN �OCUMENTS Revised Beeember 2U, 2012 50L SLOPE REPAIR AN� TR�� 1tE3v10VAL City Praject No. WIZT-2QD1 30D�D7 013313-5 SPECIAL PRD.TECT PROCEDURES Page $ of 8 1 2 EXHIBXT B QRT V�DRTI-� a ��: ��� �o. � ��► �: ��°t��� �� '������� w�►�r�� ������ Ifi�`���L����l� DT]E 7'O U'1'xI,ITY YMPROVEMENTS IN XOUkZ 1VEIGH130RHOOD, XOLTR WAT�R SER�ICE WILL BE INTERRUYTED Ol�I $�TW�EN '1'SE HO'CI1t5 aF AND . I�' YOiT FIAYE QUESTIONS ABOCT�' THIS 9HiiT-OI7T, PI.EASE CALL: I �R- AT � (CO1YT'A.A.CTORS SIIP�ItI1VTENDEN� (TELEP�IONE IVIIMB�R) " �K 11�IIi. A'� (CZ'TY INSPECTOit) {TELEYHONE NTrMBER} . TFLE5 I1�CUlYV�NIEi�TCE WILL BE AS SHORI' AS PUSSIBLE. � �rxAHx �rou, �i . � � 4 . caNT�cro�z CT'I'Y OP PQRT WORTi-I STANI?AR17 CQIdSTRUCTIOAI SPECIFICATION DOCUMENTB Revised Decem6er 2D, 2012 50L SLaPE REPAIR AND T12GE 12EMOVAL City Project No. WRT-2003 3009D7 D�4523-L TES"E'ING ATIp INSP�CTIC)N SERVICES Page 1 of 2 1 2 SECTION 01 45 23 TESTING AND INSPECTION SERVICES 3 PART 1- GENEI2AL 4 1.1 $UMMA�RY 5 A. Section Includes: 6 l. Testiug and insp�ction se�-vices procedures and coordinaiion 7 B. Deviations from this City of Fort Worth Standard Speci�cation 8 1. None. 9 C:. Related Specification Sectzons include, but are nQt necessarily limited tfl: 10 I. Di�ision 0— Bidding Requirrennents, Cantract Forms and Conditions of the Contract 11 2. Division 1— General Raquirements 12 1.2 PRICE AND PAYMENT PROCEDUR�S 13 14 15 16 17 18 19 20 21 22 23 2�l A. Measurem.ent and Payment 1. Work associated wittz this Item is considered subsidiary to the various I�ams bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coardinaiing, and payrnent of al� Quality Con�rol testzng. b. Czty is responsible for �erforming and payment for iirst set of Quality Assurance #esting. 1) If fihe first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance t�sf,irig until a passing test occ�trs. a) �inaI acceptance will no# be issued by City until all required payments for testing by C�n�ractor have been paid in full. 25 1.3 REFERENCES [NOT LTSED] 26 1,4 ADMIN�STRATIVE REQUIItEMENTS 27 2$ 29 30 31 32 33 34 35 36 37 38 A. Testing 1. Compiete testing in accordance with the Contract Documents. 2. Caordiriation a. When testing is requirad ta be perfnr�ned by the City, notify City, suf�ciently in adva�ce, when testing is needed. b. When testing is required to be completed by the Co�ztractor, noYify City, suf�cienil� in ad�ance, that testing wiil be performed. 3. Distributi4n o� Testing Regorts a. Eleetronic Distribution 1} Con�rm development of Projeot directory for electronic submittals ta be uploaded ta City's Buzzsaw site, or anothe�• external FTP site approved by the City. CIT'Y Q�' PORT 1WORTH STANDt#RD CONSTRUCTION SPECICICATTQN DOCCIMENTS Revised July 1, 20ll SOL SLOPE REPAIR ATID TREE REMOVAL City Project No. WRT-2001-300007 1 2 3 4 5 6 7 8 9 10 �1 12 13 14 15 16 17 18 I4 20 21 22 23 24 25 014523-2 T�ST[t�]G AND INSPECTiON SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropria�e City representatives via e�nail af sUbmittal posting. 3} Hard Copies a) 1 capy for al! submittais su'bmitted ta tlie Project Representative b. Hard Copy Distributiou (if required in lieu of alect�•onic dis#ribution) 1) Tests performed by Czty a} Disnibute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Disfribute 3 ha�rd copies to City's Project Representative 4. Pravide City's Project Rep:resentati�e with trip tickets for each del��+ered Ivad af Concrete or Lime material including the following inf�rmation: a. Narne of �it b. Date of delivery c. Material delivered B. Inspection i. Inspection or lacic of inspeat�on does not relieve the Contractor from obligation to perform work in accordance with the Contract Docurnents. � 1..� SUBNIITTALS [NOT USED] 1.6 ACTION SUBNIITTAIaS/INFORMATIONAL SiTBNIITTA�S [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT [TSEDj 1.8 MAINTENANCE MATERiAL SUSMITTAL5 [NDT USED] 1.9 QUALITY ASSURANCE [N�T USED� 1.10 DELIVERY, S'�'ORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] COND�T�ONS [NOT USED] 1.1� WARRANTY [N�T USED] 26 PART 2- PRODiTCTS [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 29 DATE NAME 30 END OF SECTION Revision Log SUMMARY OF CHANGE CITY QF FORT i�JORTFi 5Tt1ND�tD CON�TRIECTION SPECIPiCAT�Ot�! DOCUMEi1TS Revised duly 1, 201 l 5pL SLOPE REPAIR AN� TRE� REMOVAL Ciry Project No. WR"i-2001-300U07 aisoao-i TE3vIPORARY PAC[LITI�S ANl7 CONTROLS Page i of 4 1 2 SECTION Ol 50 00 TEMPORARY �'ACIL�TIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls ne�ded for the �ark including, but not 7 necessariIy limited to: 8 a. Tem�porary utilzties 9 b. Sanitary facilities 10 c. Storage Sheds and Buzldings 11 d. Dust control 12 e. Temporary fencing of the construetion site 13 B. Deviations from this City of Fort Worth Standard Speciiicatian 14 I. Nos�e. 15 lb 17 1 s 1.Z C. Related Speciiication Sectians include, but ara not necessarily limited to: 1. Divisiou 0—Bidciing Requi.rrements, Contract Forms and Conditions o�the Contract 2. Division 1— Genera.l Requirements PRICE AND PAYMENT PR��EDUR�� lg A. Measuramezat azzd Payment . 20 l. War� associated with this Ytem is considered subsidiary to the various items bid. 21 No separate payment will be allawed for this �tem. 22 i.3 REF'ERENCES [NOT USED] 23 1.4 AD1I�IINISTRATTVE RCQUIltEMENTS 24 25 26 27 28 29 30 31 3z 33 34 35 36 37 38 39 40 A. Temparary Utilities 1. Ob#aining Temporary Service a. Make arrangements with utility sez-vice companies far temporary services. b. Abide by rules artd regulation� of utility service connpan�es or authorities having jurisdiction. c. Be responsible far uti�ity se�vice costs until Work is approved for Final Acceptance. 1) IzacIuded are fuel, power, light, heat and other utility services necessary for execution, completion, testing a�d initial operatio� of Work. 2. Water a. Contractor to provide water reqaired for and in connection with V�ork to be performed and for speciFied tests of piping, equipment, devices or nther use as required for the com�pletion of the Worlc. b. �ravide and maintain adequate supply ofpotab�e water for domestic consumption by C�ntractor personne� and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construct�on is desired CITY OF PORT WORTH 50L SLflPE REPAIR A[ZD TREE R�NfOVAI. STAI�lDARD CONS'iRUCTIDN SPECTFTCATTpN I]QCLIMENTS City Projectt3o. WRT-2001-3D0007 Revised 7uiy 1, 201 I 01 50 DO - 2 TEMPORARY FACILITIES AND CQN'I'12OL5 Page 2 af 4 1 2 3 4 5 6 7 8 9 1Q lI I2 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 35 36 37 38 39 4� 41 d. Contractor Paytnent for Constructidn Water 1} Obtain constiuctinn r�ater meier from City for payment as bilIed by City's esta6lished rates. 3. Electricity and Li�hiing a. Provide and pay fax electric powered service as required for Work, including testing of R7'ork. 1) Provide pow�r for lighting, operation of equipment, or other use_ b. Electric power service inclndes temporary pow�r service or ge�erator to znaintain operations during scheduled shu�down. 4. Te�ephone a. Provide ernergency telephone service at Site for use by Contrac�or personnei and others perforrning work or f�rnishiu�g serviees at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for pratection ar completion of Wnrk. b. Provzde temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1 2 3. Provide and mainiain sat�itary facilities for persons on Sate. a. Comply with reguiations oi State and local departments of health. Enforce use of sanitary facilrties by construction personnel at jab site_ a. Enclose and auchor sanitary facilities. b. No discharge wi11 be allowed from tbese facilities. c. Collect and store sevwage and waste so as not Yo cause nuisance or health pr�blem. d. Haul set�age and waste afF site at no less than w�ekly intervals anc� properly dispase in accordance with applicable regulation. Locate faciiities near 1�ark Site anci keep clean and maintained throUghout Project. 4. RemQve facilities at completian of Proj ect C. Storage Sheds and Buildings 1. Provide adequately ventilated, watertighY, waatherproof s#orage Faciliiies with floor above ground Ievel for �nnaterials and equipment suscep�ible to weather damage. 2. Storage of materia�s not susceptible to weather da�age may be on blocks off ground. 3. Store materials in a neat azzd orderly manner. a. �lace materials and eq�ipment to permit easy aecess for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to proaide storage environments acceptable to specified manufacturers. S. FiII az�d grade site for �emporary struetures to provide drainage away fram temporary and existing buildin.gs. 6. Rerr�ove building from site prior to Fizzai Acceptance. 42 D. Temparary Fencing 43 1. Provide and maintain %r the duration or cons�ruction when required in contract 44 docuznents 45 E. Dusf Contro� CITY OF FORT WORTH S`i'ANTJAIt17 CONSTRUCTION SPECIFICATION DOCUMENTS EZevised July 1, 2Q1 l 50L SLOPE REPAIft ANC?'l'IZEE ItE3vIOVAL Gity Project Na. WRT-2001-300D07 i 2 3 4 S 6 7 S 9 10 1 11 i 12 _� i3 � 1a IS L6 ' J.7 � 18 19 � 20 21 22 23 24 25 26 Z7 � 28 29 � I 30 . 31 015000-3 TEMPQRARY PACILITIES AND CQNTROLS Page 3 of a 1. Canfractor is responsible for maintaining dust contral through the duration of the pro� e�t. a. Contractor remains an-cal! at a.11 times b. Must respand in a timely manner F. Terr�porary 1'rotection of Construction 1. Contractor ar subcontractors are res�onsible for protecting Work frotn damage due to weather. 1.5 SUBMYTTALS [NOT USED] i.6 ACTIDN SUBNIITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMTTTALS [NOT USED] 1.8 MAINTENANCE MATERTA�L Si1BMITTALS [NOT USED� 1.9 QUALITI� ASSURANCE [NOT USED] 1.10 DEL�VERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [S�.TE] CONDTTIONS [NOT USED] 1.1� WARRANTY [NOT iTSED] PART 2 - PRODUCTS [NOT USED] PART 3 �- EXECUTYON [NOT USEDj 3.1. INSTALLERS [1�iOT US�Dj 3.2 EXAMINAT�aN [NOT USED] 3.3 PREPARATION [NOT U5ED� 3.4 INST.ALLATION A. Temporary Facilities 1. Maintain a1� temporary faeilities for duraiion of constrtiction activities as needed. �.5 �REPAIIt] 1 [RESTORATION] 3.6 RE-INSTALLATION 3.'� FIELD �on] �YTE QUALITY C�NTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJ[TSTING [NOT U�ED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOiTT ACTN[T�ES A. Tempo�•ary Pacilities CITY OF FORT'bVORTH STANDARD CONSTRilCTIpN SPECIFICt�TI03r1 DOCLiM�A1TS Revised July 1, 2011 SpL SLOPE REPAiR Ai�II� TREE REMOVAL CityPrajectido. WFtT-200i-3000fl7 O 1 50 00 - �4 TEMPQRARY FACILETIES AIJD CONTROLS Page 4 af 4 1 1. Remove all temporary Faci�ities and r�siore area after completion of the Work, to a 2 condition equal to ar better tl�an przor to start of Worlc. 3 3.12 PR�TECTTON [NOT USED] 4 3.f3 MAINTENANCE [NOT USED] 5 3.1� ATTAC�IlVIENTS jNOT IISED� 6 END QF SECTION 7 DATE NAME 1 I g i� Re�ision Lng SUMMARY OF CHANG� CITY OF FDRT WORTH STANDARD CONSTRUCTION SPECIFICATION ]]QCUM�NTS I Revised luly 1, 201 I SOL SLOPE REPAIR ANB TREE R�h�[OVAL City Project No. WRT-2001-3Q0007 015526-1 STREET IfSE PEI2MIT ,�ID MO�iFICATIC7N5 TO TRAFFIC CONTROL Page 1 oi3 i 2 SECTION 0� 55 �6 STREET USE PERMIT AND MOD�TCATIONS TO TRA.FFIC CONTROL 3 PART1- GENERAL 4 1.1 5UMMARY 5 6 7 8 4 10 11 12 13 14 15 16 1.2 17 I8 19 20 1.3 2I I 22 _ 23 24 � 2S - 26 1.4 A. Section Includes: l . Administrative procedures for: a. Street Use Pern�it b. Modi�cation of approved traffic conixo� c. Removal of Street Signs B. Deviations fro�n this City af Fort Worth Standard Specification I. None. C. Related Specifcation Sections inc�ude, but are not necessarily limited to: ]. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— Generai Requirements 3. Section 34 71 13 — Traff�c Cantral PRICE AND PAYMENT PROCEDURES A. Measurement and Pay�nent l. Wark assaciated with this Item is consider�d subsid'zary to the various Items bid. Na separate paym�nt will be allowed for this Item. REFERENCES A. Reference Standards 1. Referernce stazadards cited in this specification refer ta the current re#'erence s�andard published at the time of the latest revision date logged at the end af this specificatian, �nless a date is specifically cited. 2. Texas Manual an Uniform Traffic Control Devices (TMi7TCD}. ADMIlVISTRATIVE REQUIREMENTS 27 A. Trafiic Control 28 1. General 29 a. Wk�en tra�fic control plans are included in the Drawings, provide Traiiic 30 Cantrol in accordance wi� Drawings and Section 34 71 13. 31 b. When traffic control plans are not inclnded in th.e Drawings, prepare traffic 32 control plans in accorc�ance with Sectfon 3�4 71 13 and submit to Gity for 33 revier�. 34 1) Allow minimum i 0 warking days for re�iew of proposed Tra�fic Control. 35 B. Street Use Permit 36 1. Prior to installa�ion of Traffic Control, a City 5treet Use Perrnit is required. 37 a. To obtain Street Use Permit, submit Traffc Control Plans to City 38 Transportation and Public Works Departmen�. CITY OF FQRT WORTH SOL SIAPE REPA3R AND TREE iZEiv[OVAL 5TA3�]DARi) CONSTRUCTLQN SPECIFIGATIpN DOCUMENTS City PrajeCt Na. WRT-20Q1-30D007 Rer+ised 7uly 1, 241 I Ol 55 26 - 2 STREET llSE PERMIT A�1D M�DIFTCATIONS TO TRAFFIC CONT�t(}L Page 2 of 3 L i I 2 3 4 5 6 7 8 9 10 11 12 13 1.4 15 16 17 18 19 20 21 22 23 24 25 1) Allaw a minimnm of 5 working days for pet-�nit re�ievv. 2) Contractor's respansibility to coardinate review of Trafftc Control p�ans for Street Use Permit, sueh that canstruction is not delayed. C. Modifcation �a Approved Traffic Cantrol 1. Prior to installation ttaffic control: a. SUbmit revised traf�c control plans to City Departcnen:t Transportation and Public Works Department. 1) Revise Traific ControI plans in accordance with Section 34 7I 13. 2) Al�ow minimum 5 working days for re�ievv oi revised Traff'ic Control. 3) It is the Contractor's responsibilit3r to coordinate review of Traffic Control plans for Str�ei Use Pernxit, such ti�at construction is not delayed. D. RemQvaI o�' Street Sig�n 1. If it is determined that a street sign must be removed �'or construction, then contact City Transportation and Publie Works Department, Signs and Markings Division to remo�ve the sig►�. E. 'Temparary Signage 1. In the case of regulatory signs, replac� petxnan.ent sign witb temporary sign zzaeeting requirements of the latest editi�n af tlie Texas Manual on i7nifoz� Traffic Control Devices {MU"I'CD). 2. Install temporary sign before the removal af permanent sign. 3. When construction is comple#e, to the extent that th� permanent sign can be reinstalled, contact the City Transportation atxd Public Works Department, Signs and Markings Divisio�, to reinstall the �ermanenf sign. F. Traffic ContrQl Standa�rds 1. Txaff'xc Contro� Standards can be found on the City's Buzzsaw website. 26 1.5 STTSNIITTALS [NOT USED] 27 1.6 ACTION SUBNIITTALS/INFQRMATIONAL SUBMITTALS [N�T IISED] 28 1.i CLOSEOLTT SUSM�TT.�LS [N�T USED] 29 1.8 MArNT�NANCE MATERIAI. �UBMITTALS [NOT USEDj 30 1.4 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORA.GE, AND kTANDLING [NOT �LiSEDI 32 33 1.11 FTELD [SITE] COND�'TIONS [N�T USED] 1.1� WARRANTY [NOT USED] 34 PART 2- PRODUCTS [N�T IISED� 35 PART 3- EXECiJTION [NOT USED] 35 END OF S�CTION CITX Or FOR1' WOR'I'H STANT]ARD CaNSTIZUCTION SPECIFICATION DOCiJMENTS Revised July 1, 2011 30L SLOPE ftEPAIR ANI� T12�G REMOVAL City Froject Na. WRT-2Q01-300007 � 1 1 IDAT� NAME � Z 01552b-3 3TREHT (JSE PERMCI' AND MODIPICATTONS TO TRAI'FIC CONTRQL Page 3 of3 Aevision Log SUMMARY O�' CHANG� . CITY OF FORT WORTH SOL 5LQPG REPAIR AND TREE REMOVAL STANDARD CONSTRUCTION SPECIFICATIOIV bDCUMENTS City Project No. WRT-2001-3D0007 Revisedluly 1,2�11 II i 2 Oi5713-1 STORM WAT�R POLLUTIdN PREVENTION Page 1 of 3 sECT�oN ai 5� i� STORM WATER POLLUTION PREVENTION 3 PAR.T 1- GENERAL a i.i sun�n�r�� 5 b 7 I S � , 9 10 11 12 13 14 �.2 15 I6 l7 18 i9 20 A. Section Inc3udes: 1. Procedures far Storm Water Pollution Prevention Plans B. Deviatzans from this City of �'ort Worth Standard 5pecifcatian 1. None. C. Related Specificaiion S�ction.s include, but are not necessarily limited to: 1. Divisian Q— Bidding Requirements, Contfact Fornas and Conditions oithe Contract 2. Divisiori 1-- G�neral Require�nents 3. Section 31 2S QO — Erosion and Sedirnent Contx�ol PRYCE AND PAYMENT PROCEDiTRES A. Measurem.ent and Payment ].. Canstruction Ac#ivities resulting in iess than 1 acre of disturhance a. �Vork associabed witk� this Item is consider�d subszdiary to the various Items bid. No separate payme�t will be allowed for this Ifiem. 2. Canstruction Ac�ivities resultzng in greater than 1 acre of distvrbance a. Meas�reznent and Payment shall be in accordance witl� Section 3 i 25 00. 21 1.3 REFERENCES 22 23 24 25 2s 27 28 29 30 31 32 33 34 1.4 35 36 37 A. Abbreviatians and Acrony�ns I. Notice af Intent: NOI 2. Notice of Termination: NOT 3. Startt�. Water Pollution Prevention Plan: SWPP� 4. Texa� Commission on Environmental Qualiry: TCEQ 5. Notice of Change: NOC A. Reference Stan.dards 1. Reference standards cited in this Specification refer to the current reference standard published at the tirne of the latest revision date logged at the end of this Speci�cation, unless a ciate is specifically cifed. 2. Integ�ated 5tor�n Management (iSWM) Teclznical Manuai %r Cnnstruction CQntrols ADMI1�iISTRATIV� REQiTI1tEM�NTS A. General 1. Contractor is respansible for resolution and payment of any �nes issued associated with co�npliance to Stormwater PolIution Pr�vention Plan. C1TY OF FORT WQRTH STAIVDARD COtdSTRUCT(�N SP�C[FTCATION DOCUMENTS Revised 7uly l, ZOi 1 SOL SLOPE A6PAIR AND TEtEE REMOVAL City ProjectNa. WRT-2d01-300007 Ol 57 13 - 2 STORM WATER POLLUTIOI�I PREVENTION Page 2 of 3 1 2 3 4 5 6 7 8 9 io 11 I2 13 14 15 i6 17 18 19 20 2I �z 23 24 zs 25 27 z$ 29 30 31 32 33 34 35 36 37 38 39 B. Construction Activities resultin.g in.: I. � 3. 40 1.5 SUBNIITTALS 4i 42 43 44 45 46 47 A. S�VPPP Less than 1 acre of disturbance a. Prov�de erosion and sediment control in accordance with Sec#ion 31 25 00 and Drawings. 1 to less than 5 acres of disiurbance a. Texas PolIutant Discharge Elimination System {TPDES) General Consiruction Perm.it is required b. Comple�e SWPI'P in accordance with TCEQ requirements 1) TCEQ Sttiall Cornstructzon Site Notice Required under general permit T�zs0000 a} Sign and post at job site b} �-ior to Preconstructian Meeting, send 1 copy to City Departruent of Transpartation and Public Wor�, Environmentai Division, (817) 392- 6ass. 2) Provide erosion and sediment control in accordance �vitn: a) Section 31 2S 00 b) The Drawings c) TXR15�D00 Genera� Permit d) SWPPP e) TCEQ requirements S acras or more of Disturbance a_ Texas Follutant Discharge Elimina�ion Systejn (TPDES) General Constructian Permit is required b. C4ztzplete SWPPP in accordance wi�h TCEQ requirements 1} Prepar� a TCEQ NDI farm and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Departnaent of Transportatian and PubIic Warks, Enviranmental Division, ($17} 392-6�$8. 2) TCEQ Notice of Change required if making changes or updates to NO� 3} Provide erosion and sediment control in accordance with: a) Section 31 25 00 b) The Drawi�:gs , c) TXRISOOQO General Permit d) SWPPP e) TCEQ req�irements 4) �nc� tl�a project �aas been completed and a1Z the closeout z�equirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) Send copy tn City �lepartrnent of Transportation and Pt�blic Works, Environmental Division, (817} 392-6088. Submit in accordance with Sectior� O1 33 40, except as stated herein. a. Prior to the Precanstruction Meeting, submit a draft copy of S WPPP to the City as fallows: 1) 1 copy to the City Project Manager a} City Praject Manager will forward to the City Department of Transportation and Public Warks, Enviranmental Divisian for re�iew CiTY OF FORT WORTI� STANDARD CO3V5TRUCTIpN ST'ECICTCATIqN DOCUMEh€TS Revised July 1, 2011 SpL SLpPE REPAIR AAID TREE REMOVAL City Project No. WRT-2fl�1-300007 41 57 13 - 3 STORM WATER POLLUTION PREVENTIO�T Page 3 of 3 1 B. Modif�ed SWPPP 2 l. If tl�e SWPP�' is revised during canstruction, resubmit modiiied SWI'PP to the City 3 in accordance �x+ith Section O l 33 00. 4 i.6 ACTIQN SU13M�TTALSIIlVFORMA'TIONAL SUBM�TTALS [NOT IISED] S Li CLOSEOUT 5UB11�TTALS [NOT USED� 6 1.$ MAINTENANC� MATERIAL SUBMITTALS jNOT U�ED] 7 1.9 QUAL�TY ASSUitANCE [NOT USED] 8 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] C�NDYTYONS [NOT i�SED] l0 Z.1� WARRA.NTY [NOT iTSED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUT�ON �NOT USEDj ' 13 14 � � DAT� NAME 15 i i i { ENQ OF SECTION Revision Log S[7N�VIARY OF CH�NGE 1 CIT3C QF FORT W�RT}{ 50L SLOPE REPACR A%]D TREE REMOVAI. STANI]ARD COI�I57'EiUCTlON SP�CIFICATTp�I DOCUMENTS City Prvject Na. WRT-2001-300007 Revised Jufy 1, 2411 q15813-1 TEMPORARY PRO�ECT SIGNAGE Page 1 of3 � I e 1 2 3 PART 1- GENERAL 4 5 6 7 8 9 10 11 12 13 J4 IS 16 17 I8 19 20 2I 22 23 24 25 SECTION Ol 5$ 13 TEMPORARY PROJECT SIGNAGE 1.1 SUMMARY A. Section Includes: 1. Temporary Project �ignage Requirements B. Deviations from this City of Fort Worth Standard Specification 1. None. C. R�latad Specification Sectiflns include, but are not necessarily li�nited to: 1. Division 0— Bidding Requ�rements, Contract Forms and Conditions of the Conixact 2. Di�ision 1— GEneral Requirements 1.� PRICE �ND PAYMENT PROCEDUItES A. Measurerr�ent an.d Payment 1. VVork associated with this Item is cansidered subsidiary to the various Items bid. No separate pay�nent will be allowed for this Itezn_ 1.3 REFERENCES [NOT USED] 1.�t ADNDN�STRATIVE REQUIREMENTS [NOT USED] 1.� SLTBMITTALS [NOT USED] i.6 ACTION SiTBMITTALS/INFORMATIONAL SUBM�TTALS [NOT USED] 1.7 CLOSE�UT SiFBMITTALS [NOT USED� 1.8 MAINTENANCE MATE�tIAL SUBMITTALS �NOT USED] 1.9 QiTAL�TY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USEDj 1.11 FIELD [SZTEJ CONDiTTONS [NOT USED] 1.1� WARRAIV'I'Y [N�T USED] 26 PART 2 - PRQDUCTS 27 2.1 4WNER-FiTRNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MAT�RTALS 29 A. Design Crzteria 30 1. �rovide free standing Project Designation Sign in accordance urith Cjty's Sta�dard 31 Details for project signs. C1TY OF P012"f WORTH STANDAKi7 GOt�lSTRUCTIOtd SPECfFICATION bOCUMENTS Re�ised July 1,2011 SOL SLOPE REPAiA AI`[D TREE REivIOVAL Ciiy Pro,{ect No. WRT-20DI-300007 DL5$13-2 T`EivfPO�Y PROIECT SIGNAGE Page 2 of 3 � , , , 1 B. Materials 2 1. Sign 3 a. Constructed of 3/a-izach fir plywaad, grade A-C (exte�•ior) or better 4 �.3 ACCE�SURZES [NOT USED� 5 2.4 SOURCE Qi7ALITY CONTROL [NOT USED] 6 PART 3 - EXECiTTION 7 8 9 14 11 12 I3 I4 15 16 17 18 I9 zo 21 Zz 23 24 25 26 27 28 29 30 31 3.1 INSTALLERS [NOT USED] 3.2 �XAMINATION jNDT USED] 3.3 PREPARATION [NOT iTSED] 3.4 INSTALLATION A. General 1. Provide vertica! installation at extents of project. 2. ReIocate sign as needed, upon request of the City. B. Mounting optians a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORAT�ON [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.`7 FIELD [a�] SITE QUALITY CONTROL [NOT U�EDj 3.8 SYSTEM STARTiTP �NOT US�D] 3.9 ADJiT�TING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLO�EOU'T AC'l'.IVITIE� LNOT iTSED] 3.12 PROTECTION [NOT IISED] 3.13 MA7N'I'ENANCE A. Gen.eral 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF 5ECTION C1TY OF FORT WORTH STANDARD CON3TRlJCTION SPECIFICATIOid DpC[JMENTS Revised Jt�ly 1, 241 L SQL SLOPE REPAIR AND �'REE FtEMOVAL City Project Na. WIt`I'-2001-300007 Oi5813-3 TEMPQRARY PROJECT SIGNAGE Page3 of3 �I 4 4 I � B . L � � I I I DAT� NAME� 2 Revision Log SUMMARY O�' CHANGE CITY OF FORT WORTH STAI�lDARD COA[STR�UCTIdN SPECIFICA'fIQN DOCUMENTS Revised July 1, 2p11 SOL SLOPE REPAIR ANl] TlZEE REIV�OVAL Cily Praject No. WRT-2U01-30DOD7 01600D-1 PRQDUCT REQUiREMENTS Page I of 2 � � • [� t 2 3 P.A R.T 1- GENEItAL 4 1.1 SITMMARY sECTzoN o1 ro 00 �RODucT xEQun��NTs 5 A. Section In.cludes: 6 ]. References for Product Requirements and City Standard Products List 7 B. Deviations from this City oFFor� Worth Standard Specification 8 1. None. 9 C. Related Specification Sectzons include, but are not necessayrily limited to: I4 1. Division 0— Bidding Requirements, Contract Fortns and Conc�i�ions oithe Contract I 1 2. D'zvision 1— General Requirements � 12 L� PRICE ANn PAYMENT PROGEDUI�ES [NOT U�ED] 13 1.3 REFERENCE,S [NOT USEDJ i4 1.4 ADMINISTRAT�VE REQUIREMENTS 15 16 17 1S 19 2D zi 22 23 2�4 25 26 27 28 29 30 3l 32 33 3�4 A. A]xst of City ap�roved products for use is located on Buzzsaw as follows: 1. Resources102 - Consix'uction DocumentslStandard Products List B. Only products sgecifically inc�uded c�n City's Standard Product List i� these Contract Documents shall be allowed for use on the Project. 1. Any subsequenily appro�ved products will only be allowed far use upon specific agproval by th.e City. C. Any specific product requirements in tiie Contract Docurnents supersed� sitnilar products included on the City's Standard Product List. 1. The City reserves the rigY�t to nof alIow products io be used for certain projects even tl�o�gh the product is listed an the City's Standard Product List. D. Although a spec�fic product is incl.uded an City's �tandard Product List, not aIl products frnm that maz�ufacturer are approved far use, �nc�uding but not limited ta, tk�at znanufacturer's s�andard produet. E. See Section 01 33 00 for subnnittaI requirements of Product Data in.cluded on City's Standard Product List. X.� SUBMITTALS [NOT USED] 1.6 ACTIQN SUSMITTALS/lN�'ORMATIONAL SUBMTTTALS [NOT USED] l.7 CLOSEOUT SUBM�`I'TALS [NOT USED] 1.8 MA�NT�NANCE MATERIA�L SUBMZTTALS [NOT USED] 1.9 QUALZTY ASSiIRANCE [NOT U�ED] CITY OF FOR'f WORTH STANDARD CONSTRUCTION S�ECIFTCATION DOCUNIETITS Re�ised Dacember 20, 2012 0 50L SLOPE REPAIR AND TFiE� REMOVAL City Pmjec[ 3Vo. WItT-2001-340007 0l6000-2 PROIaIiCT R�QUIREMENTS Page 2 of 2 I � 1..10 DELNERY, STORAG�, .A,NI) HANDLING [NOT USED] 2 1.11 FIELD [SITE� CONDTI'IONS [NOT US�D� 3 1.12 WARRANTY �NOT USED] 4 PART 2- PRODUCTS [NOT USED� 5 PART 3- EXECUTION [NOT IISED] 6 7 DATE 10/12/12 8 �ND OF S�CTION Revisian Log Nt�ME SUMh�TARY OF CHANGE D. 3ohs�son Modified Locatian of City's Standard Product List CITY OF FORT WOTt'�H STl�i�3DARD CO3VST1�CICTIDN SPECIFICATION DOCUMENTS Revised December 20, 2D12 SOL SL01'E 12EPAiR AND TREE R�MOVAL City Project No. WRT-2001-300007 ais600-� PRODUC�' STpiiAGE AND HAI�EDLING REQUIREMENTS Page L of �l � 1 2 SECTrON 01 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SII1V�1V1ARY 5 5 7 S 9 10 il 12 13 14 15 16 17 18 IR 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Section I�icludes: 1. 5cheduling of product delivery 2. Pac�Caging of products for deli�very 3. Protection of products against darr�age froxn: a. Handling b. E�posure ta elements or harsh envzronmen�s B. Deviatians from this City ofFort Worth Standard Specification l. None. C. Related S�ecification Sections include, but are not neeessarily lirnited to: 1. Di�ision d-- Bidding Requireznents, Cantract Forms and Conditions of the Cantract 2. Division 1— General Requirements 1.� PRICE AND PAYM�NT PROCEDIIR�S A. Measurennent and Payment 1. Vi�ork associated with this Item is considered subsidiary to the various Items bid. No separate pay�ez�t will be allowed far this Item. 1.3 REFERENC�S [NOT USED] 1.4 AD1VIiNiSTRATIVE REQi]YREMENTS [NOT USED] 1.5 SUBMITTALS [NOT �SED] I.fi ACTION SUBMITTALSlINFORMATIONAL SUBMITTALS [NOT USED� 1.7 CLO�EOUT SUBMITTALS �1�iOT USED] 1.8 MAINTENANCE MATEI2YAL SUBNIITTALS [NOT USED] 1,9 QUALTTY ASSUItANCE [NOT USED] 1.10 DELIVERY AND HANDLING A. Delivery Requiremen�s 1. Schedule delivery ofproducts or equip�nent as required to allow timaly installation and to avoid prolonged storage. 2. Provide appropriate person.nel a7nd equipment to receive deliveries. 3. Delivery trucks will not be permifted �o waif extended periods oftime on the Site far personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD GONSTRUCTION SpECIf ICAT[ON DDCUIvIET]TS Revised )uly l, 2011 SOL SLOPE R�FAIR AND TREE REMO�AL CityProjectNo. WRT-20Q1-3D0007 ni 6600-z PRODUCT STORAG� ANI� IiANDLTNG REQIJlREMENTS Page 2 of 4 1 2 3 4 5 6 4. Deliver products or equipment in znanufacturer's original ut�6roken cartons or other containers designed and constructed to protect the contems from physicai or enviranmental damage. S. Clea:rly and fiilly mark ar�d identify as to mar�ufacturer, item and installation. locatiion. � 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equip�tnez�t in accordance with these Cantract Documents and 9 m.anufacturer's recommendations and instructions. 10 11 12 13 14 15 16 17 18 3. 19 20 21 22 4. 23 24 25 26 27 28 29 30 3I 32 33 3� 35 36 37 38 C. Storage Requirer�ents 1. Store rnaterials in accordance wi�h manu�acturer's recommendatiions and requirements of t�ese Specifications. 2. Make necessary provisions For safe storage of materials and equipment. a. Place Loose soii materiais and materials to be incorporated inta Wark to prevenfi damage to any part of Work or existing facilities and to main�ain free access at all tirries to all par�s �f Work and to uti�ity service company installations in vicinity of Work. K�ep materials and equipment nea�ly and compactly stored in locations thak will cause minimum incdn�enience to other contractors, public travel, adjoining owners, t�nants and occupants. a. Arrange storage to pravide easy accass for inspection. Restrict storage to areas available on consieuction site for storage of material and equipnc�.eut as shown on Drawings, or approved by City's Project Representative. Provide o#'f-site storage and protection when on-�site storage is not adequate. a. Provide addresses of and access to off-site storage lacations for insp�ction by City's Projec# Representative. S, 6. Do not use lawns, grass plots or other priva�e property far storage purposes without written perrzz�ission of owner or other person in possession or contro! of premises. Stare in manufacturers' unopened containers. Neatly, sa�eiy and cotupactly stack materials delivered and stored along line of Work to a�oid inconvenience and damage to praperty awners and general �ublic and maintain at least 3 feek from fire hydrant. Keep public and private driveways and street crossings open. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materia�s may be distributed along route af cnnstruction at one time is 1,00� linear feet, unless otherwise approved in writing by Ciry's Praject Represe�tative. 7 8 9. 10 CITY OF PORT WORTk3 STANBARB COI+ISTRUCTION SPECIFICATION DOCUMEI�fTS Revised 7ufy 1, 2q! 1 SOL SLOPE REPAIR ANB.TREE RE3viOVAL Ciiy ProjectNo. WKT-2001-3D0007 0[ 65p0-3 PRODUCT 5TORAGE F1ND HAAII]LING REQIlIREMEN"i'S Page 3 nf A f 5 6 .. � , � _ 9 10 � _ 28 2g 30 � 1 1.11 FIELD [ST'I`�j CONDITIONS �NOT USED] 2 1.1� WARRANTY [NOT USED] 3 PART 2- PRODiJCTS [NOT USEDj 4 PART 3 - ��ECUTION 3.I INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATZON [NOT US�D] 3.4 ERECTION [NQT USED� 3.5 REPAIR 1 R.ESTORATI�N [N�T USED] 3.G RE-71VSTALLAT�ON [NOT USED] 3.i FIELD [oR] SITE QUALITY CUNTR�L A. Tests and Inspections 1. Inspect all products or equigment delivered to the site przarr to nnloading. B. Non-Con%�ning Worlc 1. Reject all products or equipment that are damaged, used or in any otI-�er way unsatisfactoiy for use on the project. 3.8 SYSTEM STARTiTP [NOT USED] 3.9 ADJUS'�ING [N�T USED] 3.10 CLEANIl�TG [NOT TTSED] 3.11 CLOSEOUT �4.CTIVITIES [NOT iTSED] 3.1� PR�TECTION A. Protect aIl products or aquipment in accordance with manufacturer's written direc#ions. B. Store products ar equiprrient in Iocatian to avoid physical dam.age to items while in storage. ' C. Protect equipment from exposure to elements and keep thorotaghly dry if required by the manufacturer. 3.13 MAINT�NANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 1i 12 13 14 �5 16 17 18 19 20 21 22 23 24 25 26 27 END OF SECTION CTI'Y C3F FORT WORTH STANDARD C{)IdSTROCTION SFECTF{CATID3�T DOCU3v1Ei�lTS Revised 7uly 1, 2p I 1 50L SLOPE R�PA1R AND TREE REMOVAL City ProjectNa, WRT-20U1-300007 016600-4 PRODUCT STQIZAGE AND EIANDLIIVG REQUiREMEt+I'FS Page 4 of 4 1 DATE NAME Revision Log SUMMARY �F CHANGE C1TY OF FORT W�RTH STANDARB CO�VSTRUCTIOt�i SPECIFiCATIDN DOCUM�I�4'FS itevised July 1, 2011 50L SLOPE REPAfR AT[D TREE REMQVAL City Project No. WRT-2001 30�007 �1700U-I ivfOBILIZATION AIJD REMOBILfZATION Page i af A 2 3 PART1- GENERAL SECTION 01 '�0 00 MOBILIZATION AND REMOBILIZATI�N 4 L1 SUMMARY S A. Section �ncludes: 6 7 8 9 10 lI 12 13 14 15 16 17 18 l9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 � 2. 3 MobiFization and De��aobilization a. Mabilization i) Transportation of Cnntractor's personn.el, equipnaent, and operating supplies to the Site 2) Establishment of necessary general facilities for the Confractor's operatiort at the Site 3) Premiums paid for performance and payment bonds �) Transportation of Cantractor's personnel, equipment, and operating supplies to anather location within the ciesignated Site S) Relracation of necessa;ry general facilities for the Contractar's operation from 1 location ta anotizer iocation on the Siie. b. DemQbilization 1) TransQortation af Cantractor's personnel, equi�men�, and operating supplies away frorn tl3e Site inciuding disassembly 2) Site Clean-up 3) Removal af all buildings and/ar other facilities asseznbled at fhe Szte fQr this Contract c. MobiIization and DamohiIization do not inelude activities for speci�c itetns of work that are far which payxxzent is provided elsewhera in the contract. Remobiiization a. Remobilization for Susp�nsion of Vl�ork specifzcally required in the Contract Documents or as required by City includes: 1) Der�aobilization a) Transportation of Can#ractar's persann�l, equipment, and operating supglies from the Si�e including disassembly or temporarily securing equipme�t, suppties, aud othex faci�ities as designated by the Contracf Documents necessary to suspend the Work. b} Site C1eanTup as designated in tise Contract Documents 2) Remobilization a) Transportation af Coniractor's personn�l, equiprnent, and operating supplies to the Site necessary to resume the Work. � b) Establishrnenk of neeessary gen.er�.l facilities �or the Contractor's operatioii at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobiliza.tion from one location to another on the Site in the normal prog;-ess ofperForming the Work. b) Stand-by or idle tirt�e c) Lost profits Mobilizations and Demobilization far MiscelIaneous Projects a. Mabiiization and Demobilization CITY OP FQRT WORTH S"�ANBARD CDN5TRi3CTfON SPECIPTCATION DOCUMENTS Revised December 2D, 2012 50L SLQPE REPAIR AIVI] TRE� R�MOVAI. CityProje�tida. W�T-2�01-30bD07 ni �o oa - a MOBILIZATION AND REMOBILIZATIOi�E PBaC Z Of 4 , „ f 1 2 3 4 5 6 7 8 9 10 11 12 13 I4 l5 16 17 18 19 20 I) Mobilization shall co�sist af the activities and cost on a Work Order basis necessary for: a) Transpor�ation of Cont�-actor's personne�, equipment, and operating s�.ipplies to tl�e Si�a for the issL�ed Work Orde�•. b) Establishment of necessary genaral faci�ities for ihe Contractor's operation at the Site for ti�e issued Work Order 2) Demobilization snalZ consist of the activitias and cost nec�ssary for: a) Transportation of Contractor's personnel, equipmant, and operating supplies fro�n the Site including disassembly �ar each issued Work Order b) Site Clean-up far each issued Work Order c} Remo�al of all buildings or other facilities assemb�ed at the Site for each ViFork Oder b. Mobi].ization and Demobilization do not include activities �'c�r specific items of work far which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demabilization for Miscellaneous �rajects a. A Mobilization for MiscellaneaUs Projects when directed by the City and the mobilization occurs vvithin 24 hours af tlie issuance of tl�e Work Order. B. Deviatians fram this Ciiy of Fort Worth Standart� Specificaiinn 1. None. 2i C. Related Specification Sections include, but are nat necessariiy limited to: 22 1. Di�isio� 0— Bidding Rec}uir�me�.ts, Co�tract Forms and Conditions of the Contract 23 2. Divis�on 1-- General Require�ents 24 1.2 PRICE AND PAYNIENT PROCEDURES 25 26 27 28 29 30 �1 32 33 34 35 36 37 38 39 40 4� 42 43 44 45 46 A. Measurement and Payment 1. Mobilizatzon and Demobilization a. Measure ]. ) This Item is considered subsidiary to the vario�s Items bid. b. Payment 1) TIae work perfarmed and rnateria�s fumished in accardance with this Item are subsidiary to the various Items bid and na other camgensation will be allowed. 2. Re�obilization for suspension of Work as specifically required iY the Contract Documants a. Measurement 1} Measurement for this Item shall 6e per each remobilization perfarrt�ed. b. Payment 1} The work perFarmed and materials furnished in accordance with this Item a�d zx�easured as provided under "Measur�ment" will ba paid for at the unit price per each "Specified Reinobilization" in accordance with Contract Dncuments. � a The price sha11 include: 1} Demobilizatian as described in Section 1.1.A.2.a.1) 2) Remobilization as described in Seetion 1.1.A.2.a.2} d. No payments wili be made for star�dby, idle titne, or lost profits associated this Item. CITY OF FORT WORTFI STAND�ARD CONSTRUCTION Sk'ECIFICATTQN 130C[JMEit€T5 Revised December 20, 2012 SOL 51.OP� REPAIR ,AND TREE RCMOVAL CityProjectt�lo. WRT-2001-3DOQ07 oi �aan-3 MQBILiZAT{ON AI�iD REMOSILiZATION Page 3 of 4 1 2 3 4 5 6 7 8 9 �a ii 12 13 14 15 16 17 I8 I9 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 3. Rernat�iIization for suspension of Worl� as required by City a. Measurement and �ayment 1) This shall be submitted as a Cantract Claim in accordance with Article i D oi Section 00 72 00. 2) No payments t�ill be made for standby, idle time, or lost prof ts assaciated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. MeasuremenE ].) Measurez�ent far this Item shall be for each Mobilization and Demobilization required by the Cnntract Doc�m�nts �. ��ym��t 1) The Work performed and materials furnished in accardance wzth this Item and measured as provided tu�.der "Measureznent" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. De�nobilization shall be considered subsidiary to mobilization az�d s�aII not be paid for separately. c. The price shail include: 1) Mobilizatian as described in Section 1.1.A.3.a.1) 2} Demobiiization as described in Section �.1.A.3.a.2) d. No payments will be rnade for sYandby, idle time, or lost profits associated this I#em. 5. Emergency Mobiliza#ions and Demobilizations for Miscellaneous Pro�ects a. Measurement 1} Measurement for this Item shall be for each MQbilizatio�n and Demobi3ization required by the Contraet Documents b. Payment . 1) The Work per%rmed and materials fiirnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Qrder Emt�rgency Mobilization" in accordance with Contract Docurr�en#s. Demobilization shall be considered suk�sidiary to mobiliza�ian and shall not be paid for separately. a The price shall include � 1) Mobilization as ciescribed in Section 1.1.A.4.a) 2) Demobilizaizon as descr�bed in Sectzon I.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost pra�ts associated this Item. 37 1.3 RCFERENCES [NOT �US�D] 38 1.4 ADIVIINI�TRATIVE REQC�rREMENTS [NOT USEDJ 39 1.5 SU$MITTALS [NOT USED] 4Q I.6 INFORMATIONAL SUBMTTTALS [NOT USED] 4l 1.7 CLDSEOUT SUI3MITTAL5 [NOT USED] 42 ]..$ MAINT�NANCE MATERIAL SUBMITTALS �NOT USED] �3 1.9 QUALITY ASSiTRANCE [NOT USED] 44 1.�0 DELNERY, STORAGE, AND HANDLING [N�T USED� CTi"Y OF FORT WORTH SOL SLOPE R�PAIR AND TKEE �2EMQVAL 3TA3VDARD CONSTRUCTION SP�CIF�CATlON DOCUMEN`f3 City Project t�fo. WKT-2001-3060D7 Revised becember 2p, 2012 01 70 OD - 4 MOBILiZATIDN AND REMpF3ILEZATIOM Page 4 of 4 1 1.11 FIELD [SITE] CONDITIQNS [NOT USED] 2 L1� WAItI2ANTY �NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [N�T US�D] 5 6 DATE NAME 7 END QF SECTION R�vision. Log SCTMMARY OF CHANGE , CITY OF FORT WORTH SOL SI.O�'E REPAiR AA1D TREE I2EMOVAL STANDARD CONSTRlfCT1�N SPEC�FICATION I]OCUM�NTS City Project i�lo. WRT 2001-300007 Revised Deeember 20, 2012 017123-i CONSTRUCTION STAKING ANb SURVEY Page 1 of 4 � �, � 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTZON Ol i123 CONSTR�TCTION STAKII�G AND SURVEY 5 A. Section �nclUdes: 6 I_ Requirements for consfiruction s�aking a�d construction survey 7 B. Deviations fram this City of Fort Worth Standard Specification 8 1. None. 9 C. ReIated SpecificatiQn Sections include, but are not necessarily iimiteti to: 10 1. Division 0— Biddiz�g Reqvirements, Contract Forms at�d Conditions of the Contract 11 2. Division 1— General Requirements i2 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is cnnsideret� subsidiazy tc� the �arioUs Items bici. 17 b. Paynaer�t 18 I) The work performed and �ie materials fiunished in accarcfance wit� this 19 Item are subsidiary ta the �arious Items bid and no other compensa#ion wilj 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) `This Item is considered subsidiary to the various Items bid. 24 b. Payment . 25 1} The work gerfor�ned and the materials furnished in accordance with this 26 Itenn are subsidiary to the various Items bid and no other campensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMIN�STRATIVE REQUIREMENTS [NOT USED� 30 1.5 SUBMITTALS 31 A. Sub�nittals, if reyuired, shall be in accardance with Section Oi 33 00. � 32 B. AlI snbmittals shall be approved by the City priar to de�ivery. 33 �.6 ACTION SUBMITTALS/IlVFORMATIONAL SUBMITTALS 34 35 ` 36 37 f 38 � � A. Certificates 1. Provide certificate certifying that elevations and locations of improvements are in conformance or non-conformance wilh requirements of the Cantract Documents. a. Certificate must be sealed by a registered professional land surveyor in ti�e State af Texas. CITY OF FORT WORTH 5T/i�1DARD CONSTRUCTTOi*1 SPECIFICATION DOCUMHNT'S Revised December 20, 2012 SOL SLOPE REl'AIR AND TREE REMOVAI. City Projeat No. V�RT-2U01-300fl07 01 71 23 - 2 COt�[STRUCTION STAKING Ai�iD SiIRVEY Page 2 af 4 .� � 1 B. Field Quality Cont�ol Subzx�.ittals 2 1. Docum�ntation verifying accuracy of fieId etigineering wark. 3 1.7 CLOSEOIIT SUI3NIITTALS [NOT USED] 4 1.8 MAINTENANCE MATERiAL SUSMITTALS [NOT USED] 5 i.9 QUAL�TY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 9 10 11 I2 13 14 15 16 17 18 19 20 Z1 22 23 2.4 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 �0 4! 42 43 44 45 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance far sch�dulin.g of Construction Staking. b. It is the Contractor's responsibility to coardinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stak�s furnished by City. b. If in the opinion oithe City, a sufficient number of st�ces ar rnaricings have been 1ost, destroyed ar disturbed, by Contractor's negIect, such that the contracted Work cannot take place, then the Contractor wili be requzred ta pay the City for new staking wittt a 25 percent markup. The cost for stak�ng wiii be deducted from the payment due to the Contractor for the Project. B. Canstruction Survey i. Construction Survey wil� be pez-£oz�zx�ed by the City. 2. Coardination a. Contractor to verify that cor�trol data established in the design survey remains iniact. b. Coordina#e witY� the City priar to field in�estigation to determine which horizontal and vertical control data will be required ivr construction survey. c. It is the Contractor's responsibility to coordinate Cor�struction Survey such: that construction act�vities axe not delayed or negatively impacted. d. Natify City if any control data needs to be restored ox replaced due to damage caused during construction operations. 1} City shall perform replace�nenis andlar restorations, 3. General a. Construction survey will be performed in order to maintain comp�ete and accurate logs of cantrol anc� survey work as it progresses for Project Records. b. The Contractor will need to ensura coordination is maintain.ed witii tl�e City to perfortn eanstruction survey to obtain eonstcuctiat� features, includin� hut not limited to the following: 1} All Uti�ity Lines a} Rim and flowline elevations anc� coordinates for each manhole or junction structure 2) Water Lines a) TQp of pipe ele�ations and caordinates far waterlines ai tt�e followii�g locations: (1) Every 250 linear feet CITY OF FORT WORTH STANDARD CONSTRUC'FION SPECIFICATIOi+I DOCUMEAlTS Revised Decemher 20, 2012 SOL SLOPE REPAIR AND TREE IiEMOYAL City ProjecC No. WRT-2001-30Qa07 017123-3 CONSTRUCTIQN STAKING AND SURVEY Page 3 of 4 I'�� 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 2Q 21 22 23 2� 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 �� 45 46 47 48 c. !+� (2) Horizontal and �vertical poiz�ts of inflectio�, curvature, etc. (AIl Fittings) (3) Cathodic protection test stations (�) Sarripling stations (5) Meter boxes/vauits (All sizes) (5j Fire lines (7} �'ire hyc�rants (8) Gate valves {9) Plugs, stubouts, daad�end Iines (10} Air Release valves (Manhole rim and vent pipe) (11) Blow off �alves (Manhole rim. and valve lid) (12) Pressure plane valves (13) Cleaning wye� (14) Casing pipe {each end) b) Storm Sewer (1) Top of pip� elevations and coordinates at ihe foIlowing lncations: (a) Every 25Q linear feet (b) HorizontaI and vertical points of inf�ection, eurvature, etc. c) Sanitary Sewar (1 } Top of pipe ele�ations and cnardinates far sanitary sewer lin�s at the follo�ving locations: (a) E��ry 250 iinear feefi (b) Horizantal and vertical points oi inflection, curvature, etc. (c) C�eanouts Construction survey will be performed in order to maintain complete and accurate logs o£ cantrol and survey work associated with meetuag ar exceeding the line and grade required by these Specificatio�s. The �ontractor will need to ensure coordination is riiaintained vwith tk�e City to perform construction survey and �o verify confixol data, including bu� not limited to the followuag: I) Established benchrnarks and control points pro�vided for the Contractor's usa are accuraie 2} Benc��narks were used ta furnish and maintain a�l re%r�nce lines �id grades for tunneling 3) Lin�s and grac�es ware used to establish the locatian ofthe pipe 4) Submit to the City copies of field notes usad to establish all lines and grades anc� allow the City to check guidance system setup prior ta beginning each tunneling drive. 5} Provide accass for ti�.e City to verify the guidance system and the line and grade of the carrier pipe on a daily basis. 6) The Contrac#or remains fully respansible for the accuracy of the vvork and the correction of it, as required. 7) Monitor line and grade cc�ntinuously during construction. $) Record deviation with respect to design line and grade once at each pipe �oint and submit daily records to City. 9) Iithe installation does nof rz�eet t4�e speeified tolerances, itnmediately notify the Caty and correct tlie instalIation in accordance with the Ca�#ract Documents. �9 1.10 DELIVERY, STORAGE, AND HAI�IDLING LNOT USED] CITY OF FORT WQRTH STANQARD COIISTRUCTI03�I SPECIFLCAI'iON DOCUMENTS Revised December 20, 2012 SOL SLQPH REPAfR AND TREE REMOVAL City Project No. WRT-2D41-3QOQ07 of�iz3-a COiVSTRUCTION STAKING AND SLTRVEY Page4of4 1 1.11 FIELD [SITE] CQNDITIONS [NOT USED] 2 I.12 WARRANTY ENOT USEDj 3 PART ti- PRODUCTS [NOT USED] u 5 6 7 8 9 lo 11 12 13 14 15 16 17 18 19 20 21 22 23 DATE NAME I $/3112bI2 D.Johnson I 24 PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATIDN [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLTCATYON 3.5 REPATR / RESTORATYON [N�T USED] 3.6 RE-iNSTALLATION [NOT USED] 3.i FTELD [oa] SITE QUALITY CONTROL A. �t is t�e Con�ractor's responsibility to maintain ail staices and control data placed by the City in accordance with this Specification. B. Do nat change ar relocate stakes or control data withaut apprava� from t�e City. 3.8 SYSTEM STARTUP [NOT IISED] 3.9 ADJUSTIlYG [N�T USED] 3.10 CLEANING [NOT US�Dj 3.11 CLOSEOUT ACT�TIES [NOT USED] 3.I2 PROTECT�ON [NfJT USED] 3.13 MA�NTENANCE [NOT US�DJ 3.1� ATTAC�IMENTS [NOT iTSED] �ND OF SECTION Revision Log SUMMARY OF CHANGE C{TY OF FORT WORTH 3TANDARD CONSTRUCTION SPECIFICATION D�CIl[MEI�3TS ltevised Decembar 20, 2012 SOL SLOPE REPAIR A�lD TREE REMOVAL CityProjectl�lo. WAT-2001-30DOD7 017423-1 CLEAhlING Page 1 of 4 � � 2 3 PARTI- GENERAL 4 5 6 7 S 9 i0 11 12 13 14 i5 16 I7 18 19 20 2l 22 23 24 25 Zs 27 28 29 30 31 32 33 sECTzoN oz �4 z3 CLEANING 1.1 SUMMARY �,. Section Includes: 1. �ntermediate and iinal cleaning for Work not incIuding specia� eleaning af closed systems specified �lsewh�re B. Deviations from th�is City of �art Wort� Standard Specification I. None. C. Related Speczfication Sections include, but are not necessarily Iirnited to: 1_ Division fl— Bidding Requirements, Contraet Forrns and Conditions ofr the Contract 2. Divisivn 1-- General Requueznents 3. Section 32 92 13 — Hydro-Mulching, Seeding azzd ;Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Meas�:rement and Payment 1. Wark associa�ed wi�h this Item is considered subsidiary tv the various Ite�s bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMIlVISTRATYVE REQUIItEMENTS A. Scheduling 1. Schedziie cleaYxing operations so that dust axid other confi.aminants disturhed by cleaning process will not fall on newly painted suriaces. 2. Schedul� final cleaning upon completion of Wark and iya�mec�iately prior to final inspection. �.5 SUSMITT,�.I.S [NOT USED] 1.6 ACTION SUBM�TTALS/INFORMATrONAL SUBMITTALS [NOT USED] 1.i CLOSEDUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBNIYTTALS [NOT USEDI 1.9 QUAL�TY ASSiTRANC� (NOT USED] 1.10 STORAG�, AND HA.NDLING A. Storage at�d Handling Requiremen�s 1. Store cleaning products and cleaning wastes in containers specifically desigt�ed far those materials. � CITY OF F�RT WORTI-I STAN�ARD CONSTRUCTIO�! 3PEC�FICATIpN �OCUMEAlTS Revised July l, 2Q11 SOL SLDPE REAAIR f,i�lD TREE REMOVAL CiCy Praject t3o. VJRT-2U01 3�0007 Ol 74 23 - 2 CLEANING Page 2 of 4 � � . L I � , 1 111 FIELD [STTE� CONDITIONS [N�T USED] 2 1.1� WARRA.NTY [NOT USEDj 3 PART � - PRODUCTS 4 S 6 7 8 9 10 il 12 13 14 IS 15 17 18 19 20 21 22 23 2�} 2S 26 27 2$ 29 30 31 32 2.I OWNER FURNISH�D [oR] OWNER SiTPPLI�DPRODUCTS [NOT USED] 2.2 �ATERIALS A. Cleaning Agents 1. Compatihle with surface being cleaned 2. Nevv and uncontaminated 3. For manufact�xred surfaces a. Material recoarrmended by manufacturer 2.3 ACCESSORTES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS jNOT USED] 3,2 EXAMIlVATION [NOT USED� 3.3 PREQARATION [NOT USED] �.4 APPLICAT�ON [NOT USED] 3.5 REPA�R / RESTORATION [NOT USEDj 3.6 RE-INSTALLAT�ON [NDT USED] 3.�' FIELD [aR] ST�E QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJCJSTTNG [NOT USED] 3.1U CLEANIlVG A. Gene:ral 1. Prevent accumulation of wastes ih.at create hazardous condi�ions. 2. Conduct cleaning and disposai operations to comply with laws and safety orders of govez�ing autl�arities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sew�rs. 4. Dispose of degradable debris at an approved sojid waste dispasal site. 5. Dispose of nondegradable debris at an apprQved solid waste disposal site or in an alteznate manner approved by City and reguiatory agencies. CITY OF FORT WORTH STATIDARD CON3TI�i1GTI0N SPEGIFICATION DOCUME3�ITS Revised July [, 201 [ SpL 3LOPE REPAIR AND TREE REMOVAL City PrajectNo. WRT-2001-300007 ai �a z3 - 3 CLEANR�fG Page 3 oF4 � �.� 1 6. Ha�dle materials in a controlled manner with as few handlings as passible. 2 7. Tharaug111y clean, sweep, wash and palish all Work and equipment associated r�ith 3 this praject. 4 8. Rez-n,ove all signs of temporary consiruction and activities incidental ta constructioz� 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the Citiy resezv�s the right ta 7 have tha cleaning comp�eted at the expense t�f the Contractor. 8 10. Do not burn on-site. 9 ]0 1I I2 13 14 1S 16 17 18 19 20 B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnei in existing facility operations. Z. At maxim�m weekly intez-vals, dispose of waste rnaterials, dabris and rubbish. 3. Confine construction debris daily in strategically located container{s): a. Cover to prevent blowing by wind b. Store debris away from construction or operatianal ac�ivities c. Haul from site at a iaainimuzxx of once per week 4. Vacuum clean interiar areas when ready to receive finish painting. a. Cantinue vacuum cleaning on an as-needed basis, until Final Acceptance. 5. Prior to storm events, tharaughly cleaz� site of all loose or unsecur�d itenns, which may become airborne or transpo�ted by flow'utg �+aYer during the storm. 21 C. I�terior �inal Cleaning 22 I. Remove grease, mastic, adhesivas, dust, dirt, stains, finger�arints, labels and other 23 forei�n mata:rials from sight-exposed surf�ces. 24 2. Wipe all lightirig f�ture reflectors, lenses, larnps and trims clean. 25 3, Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear slune. 2'1 5. Vcntilating systems 28 a. Clean permanent filters and repiace disposable filters if units were aperated 29 during construction. 30 b. Clean ducts, blowers and coils if units vvere operated vwithout flters during 3 ] construction. 32 6. Replace aIl burned out 3amps. 33 7. Broom clean process area flaors. 34 8. Mop office and control room floars. 35 36 37 38 39 40 41 42 D. Exterior (Site ar Right of Way) Final Cleaning 1. Rezxzove trash and debris containers from site. a. Re-seed areas disturbed by locatian of trash and deh�is containers in accordance wit�a Section 32 92 13. 2. Sweep roadway to remo�e aIl rocks, pieces of asphalt, conerete or any other object that may hinder or disrupi the flovw of tz•affic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manhotes, structures, junction boxes and inlets. CITY OF F012T WOitTH STAND,4IZD CpNSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2Q11 SQL SLOPE REPAIR AND TRE� ItEMOVAL City ProjectNo. WRT-2601-300007 i 2 3 4 S 6 7 . g 9 10 � L � � + � OE 7423-4 CLEANING Yage4 of4 4. Tf no longer required for maintenance ni erosion facilities, and upon appa'oval by City, remove erosion cn�ttrol frQm site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOIIT ACTIVITIES [NOT USED] 3.1z PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHIVIENTS [NOT US�D] �ND OF SECTION DATE NAME Revision Log SUMMARY O� CHANGE C1TY OF FORT WORTII STANDARD CONSTRiJCTFON SPEC[FICATION DOCUMENTS Revised July 1, 2011 SOI. SLQP� REPAIR AI�€D TREE RCMOVAL CatyProjectNo. WRT-20DI-340007 017719-{ CLOSEOUT REQUIREivIfiAlTS Page 1 of 3 I 1 2 3 PA.RT 1- GENEUAr� 4 1.1 SUMMARY SECTIQN QI '�'� 19 CLOSEOUT REQUIREMENTS 5 A. Sectian Includes: 6 1. The procedure �or closing out a eontract 7 B. Deviations from this City of Fa�t Warth S#andard Specification 8 1. None. 9 C. Related Specifieation Sections include, but are not necessaa�ily limited to: l0 1. Di�ision Q— Bidding Requirements, Con�ract �orms �nd Conditions of the Cvntract 11 2. Division 1— General Requirements 12 1.2 PRTCE AND PAYMENT PROCEDURES 13 A. Measurenraent and Payment 14 1. Work associate� with this Item is considered subsidiary ta the varzous Items bid. 15 No separate payment will t�e allowed for tf�is Item. IG 1.3 REFERENCES [NOT US�D] 17 1.4 ADMIlVISTRATIVE REQUII�MENTS 18 A. Guarantees, Bonds and Affidavits 19 l. Na applzcatioz� far �'inal payment will be accepied untiI all guarantees, bonds, 20 certificates, licenses and aifidavits required for Wor% or equipment as specif ed are 21 sa#isfactorily �l�d wifh the City. 22 B. Release of Liens or Ciaims 23 l. No application for final payment will be accepted until satis£actory evidence of 2�l release of liens has been submitted to the City. 25 1.5 SUBNIITTALS 2G A. Subrnit all requt�ed doc�nneantation to City's Prc�ject Representative. CITY OF FORT WORTH STA3�IDARD CONSTRUCTiON SPECIFICATION DOCUMENTS itevised July 1, 20l 1 SOL SLOPE REAAIR ANf) TRE£ FtEN[QVAL CityProjeotNo. WRT-20Q1-300DQ7 01 77 19 - 2 CLOSEO[]T REQUIRENfENTS Page 2 of 3 f 0 1 1.6 iNFORMATIONAL SUBII�TTAT�S [NOT USED] 2 1.7 CLOSEQUT SUBMTTTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USEDJ 4 PART 3 - EXECUTI�N 5 3.1 INSTALLERS [NOT USEDj 6 3.2 EX�11iIINATION [N�T USED] 7 3.3 PREP.AR�TION [NOT �TSED] s 3.4 CLOSEOUT QRQCEDTTRE 9 A. Prior to reyuesting Final Inspection, submit: 10 1. Project Recard Documents in accordance with Section O1 78 39 11 2. Operation and Maintenance Data, iirequired, in accardance with Secfion OI 7$ 23 i2 B. Prior ta requesting Final Ins}�ection, perforztz fnal cleaning in accordance with Sectio� 13 Ol 74 23. 14 15 I6 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 C. Final Tnspection 1. After �inal cleaning, provide notice to th� City Project Representative tUat the Work is completed. a. The City wjll make an initial Finai �nspection with the Contractor present. b. Upan completion Qf this inspection, the City will notify the Con#ractor, in writing within 10 business days, �f any particulars in wluch this in:specti�n reveals that the Work zs defective or incomplete. 2. Upon receiving written notice from the City, immediaiely undertake the Work requir�d to remedy deiieiencies and camplete ihe Wo:rk to the satzsf�.ction of the Cify. 3. Upon completion of Work associated with the iterns listed in the City's writte�� notice, infrorm the City, that the required VJorr�C has been completed. Upon reeeipt of this notice, the City, in the prasence of the Contractor, will make a subsequent Final Inspection af the project. 4. Provade all special accessories required to place each item of equipment in full operation. These special accessory items include, but ara not limited to: a. Speci�ed spa�-e parts b. Adequate oil and grease as required fog the first lubrication of the equipment c. In�tia� fiIl up of all chemical tanks and fuel tan�cs d. Light bulbs e. Fuses f. Vault keys g. Handwheels lz. Other exp�ndabl� items as required for initial start-up and operation of alI equip�nent D. Notice ofProject Campletion CIT'Y OF F012T WOEtTEI STANDART] CONST'RUCTIQN SPECIFICATION 17pCUivfENTS Revised luly 1, 201� 50L SLOPE REPAIR AND TREE REMOVAL City Project No. WRT-24D1-340fl07 4l 77 19 - 3 CLOSEOi3T REQUIREMEAlTS Page 3 of 3 I ;. i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 l6 17 18 �9 20 21 22 23 24 25 26 1. Once the Ciiy Projeci Representa�i�we �nds ihe Work subsequent to Final Inspection to be satzsfactory�, the City will issue a Notice af Praject Completion (Green Sheet). E. Supporting Documentatian 1. Caordinate with the City Prnject Representativ� to connplete the following additxanal forms: a. Final �'aymeni Request b. Statement oiContract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Paymeni e. Pipe Report {if req�ired) f. Contractor's Evat�ation of City g. Perfot�nance Evaluation of Contractnr F. Letter of Final Acceptanc� � 1. Upon review and acceptance ofNotice o�'Project Completion and Supporting Documentation, in accordance with Genera! Conditions, City r�vill issue Letter of Final Acceptance and release the Fina1 Payment Request for payment. 3.5 REPAII� 1 RESTORATrON [NQT i]SED] 3.G RE-INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT US�Dj 3.8 5Y5TEM STARTUP iNOT C7�SED� 3.9 ADJUSTING [NOT USED] 3.1U CLEANING [NOT USED] 311 CLOSEOUT ACTIVITIES [NOT U�ED] 3.1� PROTECTION [NQT IISED] 3.13 MAINTENANCE [NOT USEDj 3.14 A,TTACHMENTS [NOT USED] 27 28 DATE N,4ME 29 END �F SECTION Revision Log SiJiVIMARY OF CHANGE CITY OF FORT WORTH STANDARD COIVSTRUCTION SPECIFICA.TiON DOCUivfEN`I'S Revised Jt�ly 1, 2011 SOL SLOPE REAAIR A3VD TREE R�MOVAL City ProjecE No. WRT-2p01-30pD07 O17823-1 Op�RATIQN AND IvIAINTENANCE DATA Page 1 of 5 1 2 3 PART I - GENEuar. 4 1.1 SiTMMARY S 6 7 S 9 10 11 12 13 I4 ]S 16 17 �.2 18 19 20 23 1.3 22 1.4 ADMINISTRATIVE REQUIREMENTS � �� 23 A. Sc�edule ,, 24 I. Submit manuals in �nal form to the City within 30 ca3endac days of product ; 25 shipment to tlae project site. 2& 1.5 SUBNIITTALS � i ,� � 27 A. Submittals shall be in accardance with Section O I 33 00 . All submittais shall be 28 approveci by the City prior to delivery. 29 1.G INFORMATIONAL SUBMl'TTALS 30 31 32 33 34 35 36 37 SECTION 01 78 23 OPERATION AND MAINTENANCE DATA A. Section Includes: 1. Product data and related informatio� appr�priate for City's maintenanc� and operation of products f�rnish�d under Contract 2. Such products znay include, but are not limited to: a. Traffic ControlIers b. Irrigation Controliers (tn be operated by tha City) c. Butterfly Valves S. Deviations fram this City of Fort Worth Standard Spec�cation 1. None. C. Related S�ecificaiion Sectians include, buf are not necessarily limited to: 1. Dzvi sion 0— Bidding Requirements, Contraet For�ns and Condit�ons of the Contract 2. Di�ision 1— General Requi�errients PRiCE AND PAYMENT PROCEDURES A. Measurement and Payment 1. 'V�ork associated with ihis Item is considered subsidiary to tk�e various Ttems bid. No separate payment will be allowed for this Item. REFERENCES [NOT US�D J • A. Submittal Form I. Prepare data in form af an instructional manual for use by City personnel. 2. Farmat a. Size: 8 11Z inches x 11 inc��es b. Paper 1) 4� pound minimum, white, for typed �ages 2) Holes reinforced with plastic, cloth or metal c. Te�t: Manufac�urer's printed data, ar neatly typewriften CITY Ok' FORT W()FtTH STANDARI7 CONSTKCICTION SPECiFICATiDN DQCUMEidiS Revised Decemher 20, 2012 SOL SLOPE itEPAIR AND TREE REivfOVAL CityProjeotNo. WRT-2Q01-3Qp007 017823-2 OPERATION ANT] MAII+4TENAI`ICE DATA Page 2 of S 1 2 3 4 5 6 7 8 9 IO 11 12 13 l4 15 16 17 rs I9 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 48 3 �. d. Dra�+ings 1}� Provide reinforced punch.ed binder tab, bind in with text 2) Red�ce larger drawings and %ld to size of text pages. e. �'rovide fly-leaf for each separate product, or each piece of operating equipment. 1) Pravide typed description of product, and majar component parts of equipment. 2) Provide indexed tabs. f. Gover 1) Identify each voIurne with typed or printed title "OPERATING AND MAINTENANCE 1NSTRUCTIONS". 2) List: a) TitIe of T'roject b) Identity o�` separate structure as applicable c) Identity of general subject matter cflvered in the manua� Bind�rs a. Commercial quality 3-rin.g binders with durable and cleanable plastic cnvers b. When multiple binders are used, correlate the data into re�ated consistent groupings. If available, provide an electronic form of the O&M Manual. B. Manual Content 3 G! l. Neatly typcwritten table of contcnts for each voIume, azxanged in systematic order a_ Contraetor, name of responsible principal, address and telephvne number b. A list oi each product required to be included, indexed to content of the volume c. Lzst, with each product: i} The name, address and telephone number af the subcontractor ar instailer 2) A list of each product required to be included, ind.exed to content of the volume 3) Identify area of resporzsibility of each 4) Locaj source of supply for parts and replacement d. Identify each product by product narne and other identifying symbols as set fortki ir� Contr�ct Documents. 2. Product Data a. Include only those sheets wlaich are pertinent tv the specifc product. b. Annota.te each sheet to: 1) Cleaxly identify specific product or part installed 2) Clear�y idantify data applicable to installation 3) Delete references to inapplicable information Drawings a. 5upplement product data with drawings as necessary ta clea�-ly illusiraie: 1} Relations o� campane nt parts of equipmen# and syster�s 2) Control and flow diagrams b. Coordinate drawings with information in Project Recard Dacume�its to assure co�-rect illustration af completed installation. c. Do not use Pra�ect Record Drawings as maintenance drawings. Written text, as requu-ed to suppiement praduct data far the particular installation: a. Organize in consistent format under separate headiz�gs for different procedures. b. Provide logical sequence af instructions of eac� procedure. I CITY OF FO�T WORTT-1 SOL SLOPE REPAIR AND TREE REMOVAL S"f'AT�3�7AI2D CONSTRUCT'ION S4�ECIFICATT03�1 DOCUMENT'S City Project No_ WRT-200l-300D07 Re�ised December 20, 2012 DI 7823 -3 pPERATION AND MAINTENANCE DATA Page 3 of 5 I 2 3 4 5 6 7 8 9 10 11 12 13 I4 15 15 17 18 19 20 z1 22 z3 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b 47 48 5. Copy of each warranty, hond and service cantrac# issued a. Provide information sheet for City personnel giving: 1) Proper pracedui-es in event of failure 2} Iiastances which might affect validity of warranties or bonds C. Manual for Materials as�d Finish�s 1. Submit 5 copies of complet� manual in fina� form. 2. Content, for architecturat products, applied znaterials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composi�ion 2) Color and te�ure designations 3) Information required for reordering specia! manufactured products b. Instructions for care and mainfenance 1) Manufacturer's recommendation for types af cleaning agents and methods 2) Cautians a�ainst cleaning agents and methods which are detrzzn.ental to product 3) Recommended schedule for cleaning and mainrenance 3. Content, for �nn.oistuxe protection and weatl�er exposure products: a. Manufaeturer's data, giving fiill information on products 1) Applicab�e standards 2) Chemical composition 3) Details vf installation b. Instructions faz' inspection, maintenance and repair D, Manual for Equipment and Systems 1. S�zbmit 5 copies of complete manuaI in final form. 2. Contenf, for each t�nit of equipment and systam, as appropriate: a. Description of unit and companent parts 1) Functinn, normal operaiing characteristics and limiting con.dztions 2) Perform.an.ce eurves, engineeri�.g data an�d tests 3) Complete nornenclat�re and commercial number of r�placeable parts b. Qperating procedures 1) Start-uP, break-in, routine and normal operating instructions 2) Regulation, contxol, stopping, sl�ut-down ax�c� exnergency instructions 3) 5ummer and winter operating instructions 4) Sp�cial nperating i�nstructians e. Maintenance procedures 1) Routine operations 2) Guide to "tr4uble shootsng" 3) Disassernhly, repair and reassembly 4) AIignment, adjusting and claecking d. Servicing and iubrication schedule 1} List ofr lubricants required e. Manufacturer's printed operating and maintenance instrue�ions £ Descripiion of s�q��nce of operation by control manufacturer 1) Predicted Iife of parts subject ta wea.r 2) Items recommended to be stocked as spare parts g. As instalIed control diagrams by controls manufactu:rer h. Each contractor's coardi�aation drawings 1} As insta�led coIor coded pipyng diagrams CITY OF EORT WORTH STAND�IFtD COIVSTRUCi'lOI+3 5P�C1FICATION DOCUNIENTS Revised Decemher 2U, 2012 50L SLOPE REPAIR AND TREE R�MOVAL City Praject No. WRT-2D01-300047 D17823-4 OPBRATION AND MAINTENANCE DATA Page 4 of 5 ,, I I 1 2 3 4 S 6 7 8 9 10 11 12 13 i4 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacti�rer's spare parts, manufacturer�s cu�-rent pric�s, and reco�nmended quantities to k�e maintained in storage k. Othez� data as required under pertinent Section.s of Specifications 3. Content, far each electric an.ci electronic system, as appropriate: a. Description of system and component parts 1) Function, normal Qperating characteristics, and limiting conditions 2) Perform:a.zzce curves, engineering dat�. and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directaries of panelboards 1) Electricat service 2) Controls 3) Cozzam.unications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequencesrequired 3} Special aperating instructions e. Maintenance procedures 1) Routine operatians 2) Guide to "trouble shooting" 3) Disassemlaly, repair and reassembly �t) Adjustment and ciaecking f. Manufacturer's printad operating and maintenance instructions g. Lis� of origznal tnanu�aciurer's spare parts, mar�ufacturer's current prices, and recoma�ended quantities to be maintaine� zn storage h. Other data as required uzader pertinent Section.s of Specifications 4. Prepare and include additzonal data when the need for such data becomes apparent during inslruction ni City's personnel. 30 1.� CLOSEOUT SUBMY'I'rALS [NOT USED] 31 1.$ MAINTENANCE MATERIAL SUBNIITTALS [NOT USED] 32 1.9 QU�iLTTY ASS"[JRANCE 33 A. Provide o�eration and maintenanc� daYa by personnel vt+ith the following criteria: 34 1. Trained and experienced in znaintena�zce and operation of descrihed products 35 2. Skilled as t�chnical writer ta the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CiTY OF FORT WORTF� STANDARD CONSTRUCTIOi�! SPECiF1CATI�N DOCUMENTS Revisecf December 20, 2012 SOL SLOPG REPAIR AND TR�� REMOVAL City Project No. WRT-2p01-300007 I I I , i .� .G � � � 017823-5 OPERATION AND ivfAINTENANCE DATA Page 5 of 5 1 X.10 DELIVERY, STQRAGE, A.ND �IANDLING [NOT USED] 2 l.li FIELD jSITE]. CONDITIONS [NOT iFSED] 3 I.12 WARR.ANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] S PART 3- EXECUTIQN [NOT USED] 6 END OF SECTION 7 DATE 8/31/2012 8 Re�ision Log NAME SUMMARY �F CHANGE D. JohnSon I.S.A.I — title of section removed C1TY OF FORT WORTH Si'ANDARD CONSTRUCTION SPECIFICAT[DN DOCUMENTS Revised I?ecem6er 20, 20[2 SOL SLpP� RHPAIR t1ND TF�EE REMOVAL City Project Na. WRT-2QQ1-30QOD7 1 2 I � � � � . �, .- 3 PARTI- GENERAL � 5 6 7 8 9 1D 11 12 13 14 15 16 J.7 1.1 SUMMARY �ECTYON 01 'i8 39 PR�JECT RECORD DOCUMENTS O1783�-I PROJ�CT RECORD DCICUME�1'I'� Page 1 of 4 A. S�ction Includes: 1. Work associated with the documenting the praject and recording chang�s to project docutnez�ts, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Serrvice Reports d. Large Water Meter ReporYs B. Deviations frozx� this City oi Fort Worth Standard �pecification 1. None. C. Related Specification Sectio�s include, but are not n�cessarily lirnited to: 1. Div�sion 0-- Biddin� Requiremen#s, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1..2 PRICE ANl) PAYMENT PROCEDI]RES � 8 A. Measurement and Payrnent 19 1. Work associated with this Itetz� is considered subsidiary to th� various Items bicE. 20 No separate payment wi�l be allowed for this Item. 2l 1.3 REFERENCES [NOT USED] 22 1.4 ADMTNISTRATYVE REQTIIRENTENTS [NOT USED� 23 1.5 SUENIITTALS 24 A. Prior to submitting a request for Final Tnspection, deliver Project Aecord Documents to 25 City's Project Representative. 26 1.6 ACTION SUBM�TTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 I.7 CLOSEQUT SiTBN[�TTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAI, SUBIVIYTTALS [NOT U�EDj 29 3d 31 32 33 34 35 36 1.9 QUAL�TY ASSUR.ANCE A. Accuracy of Records 1. Thoroughly coordinate changes within the Record Docuz�t�ents, making adequate and praper entries on each page of Specifications and each s4�eet of Drawings and other pocuments where such e�try is required ta show the change properly. 2. Accuracy of recards sha11 be such that fu�ure search for ite�s shown in the Contrac� Documenfis may rely reasonahly on infarmatiou abtained frozn the approved �roject Record Documents. C1TY OF FORT WpRTH STANDARD CONSTRUCTION SPECIFfCA'E'ION �QCUM�NTS �tevised July i, 24I 1 SDL SLOPE REPAIR r'�ND TR.E� REMOVAT. CityProjectNo. WRT-2D01-30D007 1 2 3 4 5 6 f 7 8 9 lo 11 12 13 1� 15 16 f � 17 PART � - PRODC7CTS 18 2.1 OW1V�R-FURNISHED [ox] OWNER-SUPPLTED PRODUCTS jNOT USED] 19 2.2 RECORD DOCUN�NTS 20 21 22 23 24 25 26 , , , 27 Oi7839-2 PROJECT RECORD �OCUM�i�ITS Page2of4 3. To facilitate accuracy of records, make entries within 24 hours after �•eceipt of inforznation tt�at the change has occurred. 4. Provide factual informatian regardi�zg al[ aspects ofd�e Wark, both concealed and visible, to enabie future modi�cation af the l�ork tp �roceed without lengthy and expensi�e site measurement, investigation and exarnination. 1.10 STORAGE AND HANDLING A. Storage and Handlzz�g Requiremez�ts I. Maintain the job set of Record Documents campletely protected from deterioration and from ldss and darnage until completivn of the Work and �iansfer of all racorded data to fihe final Prajec� Record Dacuzn.e�ts. 2. In the event of Ioss of reeorded data, use means necessary to again secure the data to the City's approval. a. In such case, pro�ide replacements to the standards originally required by the Contraot Documents. 1.11 FTELD [SITE] CONDITIONS [NOT USED] 11� WARI2ANTY [NOT IISED] , A. Job set I. Pronaptly �ollowing receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of alI Documents comprising the Contract. B. �'inal Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, pravide the City 1 complete set of all Final Recard Drawings i�i the Contract. 2.3 ACCESSORIES �NOT TTSED] 2.4 SOURCE QIIAL�T`Y CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3Q 31 32 33 34 35 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT iTSED] 3.3 PR�PARATION [NOT US�D] 3.4 MAINTENANCE DOCUMENTS A. 1V�ainien.anca of dob Set 1. Imzzxediately upo�1 receipt of the j�b sat, identify each of the Documents with the title, "RECORD DOCiJMENTS - JQB �ET". � CiT}' 0� �ORT WORTH SOL SLpPE REPAIR Ai�ID TREE REMOVAL STANbAl2b COT3S'fRl1CTT03�1 SPECIFICAT10t�E DOCUMENTS City Project i+Io. WRT-2001-300007 , Revised luly 1, 2D11 O l 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of4 1 2 3 4 5 6 7 8 9 ia II 12 13 14 15 16 17 18 19 20 2I 22 23 2� 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 4D 4I 42 43 44 4S 46 47 2. Presa�vatior� a. Consider�ng the Conkract completion time, ihe probable numb�r Qf occasions upnn whzch the job set must be taken out far zaew entries an.d :far exa�nination, and the conditions under which fihese activities wilI be performed, devise a suitable rxiethod for pratecting the job set. b. Do not use trhe job set for any purpose except entry of new data. and far revie�+ by the City, until s#art of transfer of data to fin;al Project Record Documer�ts. c_ Maintain the job sei at the site of work. 3. Coordiilation with Canstruction Survey a. At a minimum, in accordance with tb.e znte�rvals set £ortl� in Sect�on O1 71 23, clearly rr�ark any deviations fram Contract Documents associated with installation of the infrastructure. 4. Making entries on D�-awings a. Record any deviaiians from Contract Documents. b. irse an erasable colored pencil (not ink or indeIible pancil), clearly descrrzbe the change by graphic line and note as required. c. Date all entr�es. d. CaLI attention to the entry hy a"claud" drawn araund the area ar areas affected. e. In tl�e event of overlapping changes, use dit�erent colors for the overlapping changes. 5. Con�version of schematic layouts a. Ir► sorne cases on the Drawings, arrangements of conduits, circuits, piping, duc�s, and similar items, are shown schematically and are not i�tended ta partray precise physical layaut. 1) FinaZ physical arrangement zs,determined by the Contractor, s�bject to the City's approval. 2) However, c�eszgn of future mod'zfzcations af tha facility �a�.ay require accurate inFormation as to the final physical �ayout of items which are shown only schematicalIy on kh�e Drawings. b. Show an ihe j ob set of Record Drawings, by dimenszan accurate to within 1 inch, t�1e centerline of each run af items. 1) Final physieaI arrange�nent is determined by the Contractor, subject to the City's appror�ai. 2) Show, by symbol or note, the vertical loeation of the Item ("under slab", "in ceiling plenuxn", "exposed", and the like}. 3} Makce ail identification suf£'iciently descriptive that it rmay be related reliably to the Specificatidns. c. The C ity. anay waive the requireznen�,s fox conversion of schennatic layouts vvhere, in the City's judgment, conversion serves no useful purpose. However, do not rely upan waivers bein� issued excepi as specifically issued in writiug by the City. B. Final Praject Record Documents 1. Transfer of data to Drawings a. Carefully transfar change da#a shown on the job set of Record Drawings to tl�e carresponding final documents, coordinating the chariges as required. 6. Clearly indicate at each affected detaiI anci other Drawing a full description of changes made during construction, and the aet�ial lacatian of items_ C[TY OF FO[tT WORTH STANDARD CDNSTRUCTION SPECIFICATION DOCili�+tE3�IT5 Revised JuEy 1, 201 E SOL SLOPE REPAIR AND �'REE REMQVAL City PrajecY No. WItT-2001-300007 Df 7839-4 pRQ]ECT RBCORD DOCUMENT3 Page 4 of 4 1 2 3 4 5 6 7 8 9 10 11 i2 13 14 15 I6 17 18 19 20 21 22 23 c. Call atteniinn to each entry by drawing a"cloud" around the area or areas afFected. d. Make changes neatly, consistently and with the proper media �o assure �ongevity and clear reproduction. 2. Transfer of data to other pocuments a. rf the Documents, other than Drawings, have been kept clean durin.g progress af the Wark, and if enixies ihereon have been orderly to the approval of the Ciiy, the job set of those Documents, other than Dravvings, will be accepted as final Reeord Dacuments. b. If any suc� Document is not so approved by the Ciry, secure a nevv capy of t�at Document fro�n the City at the City's usual charge for reproduction and handling, and car�fully transfer the change data to the new copy to �l�e appraval of t�e City. 3.5 REPAIR / RESTORATION [NOT LTSED� 3.G RE-INSTALLATION {NOT USED] 3.7 FTELD [oR] SITE Q�CFALITY CONTROL [NUT USEDJ 3.8 SYSTEM 5TARTUP jNOT USEDj 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.I1 CLOSEOUT ACTNITIES [NOT USED] 3.12 PROTECTION [NOT USED� 3.13 MAINTENANCE [NOT US�D] 3.1.4 ATTACIi11�NT� [NOT USED] 2�} F . � 25 i DATE NAME I� 2G END OF SECT�ON Revision Log SCIMMARY OF CHANGE GTTY OF FORT WORTH STAI3DAR� CONSTR[lCTION SPECIFICATION DOCUMENT5 ReWised July 1, 2�11 SOL SLOPH R�PAIR AND TRE� REMQVAL CityProjectNo. WR"1'-2001-30DOD7 DYr�i�ion �� — �xt�ric��- Ir�pr�ve����ts .� .� � � � 1 2 329213-1 HYDROM[ILCI-IFNG, SEEDiNG ANQ SODDING Page I oF8 SECTION 32 9� 13 HYDROMLTI,CHQVG, SEEDING AND SODDING 3 PART1- GENERAL � 1.1 SUMMARY 5 A. Section Includes: 6 1. Furt�ishing and insfallix�g grass sod and permanent seeding as shawn on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Wortn Standard Specif ca.tion 4 I . None. � r 10 I �� :t 12 � I3 � 14 L2 � � � � � ,I 15 l6 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 3I 32 33 34 35 36 37 3$ 39 40 �4 ] 4Z 43 C. RelatEd Specification Sectinns include, but are not necessariiy limited to: 1. Division 0- Bidding Requirezxxents, Cantract For�ns, and Conditions of ihe Contract 2. Division 1- General Requirements 3. Section 32 91 19 — Topsoil Placement and Finishing of Parkways PRIGE AND PAYII�NT PROCEpURES A. Measurement and Payment 1. Blac�C Sod Placezxzen.t a. Measurexr�ent i) Measurement for this Iterm shall be by the square yard af Block Sod placed. b. Payment 1) The vvark perfont�.ed and nr�aterials furnished in accordance with this Itenrz and measured as providec� under "Measurement" will b� paid far at the unit price bid per squar� yard of B1ock Sod placed. a T�e p�rice bid shall include: 1} Furnishing and placing all sod 2) RoIling and tamping 3} Watering (until established) 4) Disposal of surplus n�ate�rials 2. Seediug �. Measurement 1) Measurement for this Ttem s�all be by the square yard o� Seed spread. b. Payment 1} The wvr% performed and materials fu�-nished in aceordance with ihis Item and measured as provided under "Measurement" will be paid for at the unit price bid per square yard of Seed placed for various installation methods. c. The price bid shall include: 1) Fumishing and placing all Seed 2) Furnishing and applying water for seed fertilizer 3) Slurry and hydraulic mulching 4} Fertilizer 5) Watering and mawing (until estab�ished) 6} Disposal oF surplus materials 3. Mavving . a. Measurement Cl7"iC OF FOiZT W(]R�'F� SOL SLQPE RCPAER AND TREE REMOVAL ST/#Nf�AR7� CONSTRUCTION 3PECI�TCATION p�CUMENTS City Project No. WRT-2001-300007 Revised December 20, 2DI2 � 32 92 13 - 2 HYDROMULCHf�IG, SFEDING AIVD 50DDlNG Paga 2 of 8 1 2 3 4 S 6 1.3 7 1.4 8 1.� 9 1.6 1) Measurement for this Item shaIl per each. b. 1'ayment 1) The work parforrz�ed and n�aterials furnished in accordance with this Item and measured as provided undcr "Measurement" will be paid for at the unit price bid par each. REFER�NCES [NOT USED] ADMIlVISTRATIVE REQUIREMENTS [NOT USED] ACTION SiTBNIITTALS [NOT USED] INFORMATIQNAL SUSNIITTALS 10 A. Seed 11 1. Vendors' cet�ificatian that seeds meet Taxas State seed law uicluding: I2 a. Testing and labeling for pure live seed (PLS) 13 b. Name and type of seed 14 2. All seed shall be t�sted in a laboratary •with certified results presentec! to the City in 15 writing, prior to planting. 16 3. All seed to be of the previous season's crop ar�d the date on the container shail be 17 within 12 months of the saeding date. I8 1..7 CLOSEOUT SUIiNIITTALS �NOT USED] 19 1,8 1VIAiNTENANCE MATERIAI. SUSNIITTALS [NOT iTSED] 20 1.9 QUALITY ASSURANCE [NOT USED] 2l 1.10 D�]LI�TER'�', �T�R..P �E, A1�7D �El1���1*�E; 22 A. Block Sod 23 1. Protect fronn. �xposure to wind, sun and freezing. 24 2. Keeg sfacked sod moist. 25 B. Seed 26 1. If using nati�ve grass or wiIdflower seed, sead must have beeta harvested within 100 27 miles aithe constructian site. 28 2. Eacf� species o� seed shalI be supplied in a separate, labe�ed container for 29 a�ceptance by the City, 30 C. Fertilizer 31 1. Provide fertilizer labeled with the a�ialysis. 32 2. eonform to Texas fertilizer law. 33 1.1.]. FIELD [�ITE] COND�TIONS [NOT USED] 34 1.12 WARRA.NTY �NOT US�D] 35 PART 2- PRODUCTS [NOT USED] 3b �.1 OWN�R�FIIRNZS���D PRODUCTS [NOT USED) 37 �.� iVIATEI�I�ILS r�ND EQUdPN1�NT 38 A. Mafierials CiTY OF FORT WOR'rri 50L SLOP� IiEPA1R A.%1D 7'REE REMOVAL STAN17AR1� COIVSTRUCTIOI�i SPECIFICATIQN DOCUMENTS City Project No. WRT-2001-300007 Ravised Decentber 20, Z012 329213-3 HYDAOMi]LCHING, SEEDING ANI7 SQDDII�[G Page 3 af 8 lf 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 �4l 42 �3 44 I. B��CZC SOCI a. Sod Varie#ies (matc� existing if applicable) I ) "Stenotaphrum secundatum" {5t. Augustine grass) 2) "Cynodon dactylon" (Comman Bermudagrass) 3) "Buchloe dactylaides" (Buffalograss) 4) an appraved hybrid of Comrnon Bermudagrass 5} or an approved Zoysiagrass 6. Sod uaust contain stolons, l�a�'blac�es, rhizomes and raots. c. Sod shall be alive, healthy azzd free of rnsects, c�is�ase, stones, undesirable fareign rr�atarials and weeds and grasses deleterious to its growth or which might affect its subsistence or hardiness when transglanted. d. Minimum sod filiickness: 314 inch e. Maximum grass height: 2 inches f. Acceptable growing beds 1) �t. Augustine grass sod: cIay or clay loam topsoil 2) Bermuda grasses and zoysia grasses: sand or sandy Ioam soi3s g. Dimensions 1) Machine cut to uniform soil fihickness. 2) Sod shaIl be of equal wzdtk� and of a szze that per�its the sad to be lifted, handled and r�lled withaut Ureaking. h. Broken or �orn sod or sod with unevan ends shall be rejected. 2. Seed a. General 1) Flant all seed at rates based on pure live seed (PLS) a) Pure Live Seed (PLS} detennined using the formula: (1) Percent Pure Live Seed = Percent Purity x[(Percant Germination + Percent Firrn or Hard Seed) +� 00] . 2) Availability of Seed a) Substitution of individual seed types due to lack of availability may be perznitted by the City a�t the time of planting. b} Notify the City prior ta bidding of difficulties locating certain species. 3} Weed seed a) Not exceed ten percent hy weight of th�: total oi pure Ii�e seed (PLS) and other material in the mixture b) 5eed �ot allowed: (1} 3ohnsongrass (2} Nutgrass seed 4) Harvest sead within 1-year prior to planting b. Non-�ative Grass Seed I) PIant between April 15 and September 1 p Lbs. Common Name Botanical Narne PLS/Acre 25 Bermuda {unhulIed) cy�rodon dactylon 75 Bermuda {hulled) cynodota dactylon 2) Plant between S�ptember 10 and April 15 . Lbs. Common Name Botanical Name PLSIAcre CITY OF FORT WDRTH S'i'ANDARD COI�iSTRUCTIdN SP�CIFICATION 170CUMENTS Revised Decem6er 2D, 2012 Purity Germination {percent) (percent) 85 9� 95 90 Purity Germination (percent) (percent) SOL SLOPE R�PAIR AND TREE �MOVAL City Project No. WRT-2001-300D07 32 92 l3 - 4 HYDROMULCI-�R�iCr, SEEDWG AND SODDR+IG Page 4 of 8 220 Rye Grass lolium mult�orur�a 75 Bermuda (unhulled} cynodon dactylan i 2 c. Native Grass Seed 3 1} Pian:t between February 1 and October I. 4 I..bs. PLS/Acre Common Name 1.6 Green Sprangletop 5.5 Sideoats Grama* 3.7 Little Bluestem* 17.0 Buffalogass 1.8 Tn.dian Grass'� 0.5 5and Lovegrass* 6.0 Big Bluestem 8.0 Eastern Gz'ama � l .2 B lue Grama 1.$ Switchgrass 1D.� Prairie Wi�drye* S SS 90 95 90 Botanical Name Leptochloa dubia Bauteloua curCipendula S'chizachyriu�n scopuri�m &uchlae dactyloides S'orghastrum nutans Eragrostis drichodes Andropogar� gerardii Tripscacum dactyloides Bouteloua gracilis Panicum virgatum Elymus canadensis 6 d. Wild#�awer Seed 7 1} Seed shall be Native American Seed Upper Slop� Wildflowers or approved 8 equal. Seed sk�all be disiributed at a rate of 10 Lbs. PLSIAcre. g�� _ u�.,,,� �.o+.,.ao„ ��,e � ri,,,,,:.,,n. 10 a}-�I�12 5 ��A,�a�� 11 ''� %;��,,.,t�e„ � .,,,a r�o..o,Y,t-,n,. i i2 � � 13 14 �5 16 I7 Ua a. I�T.S/.� �e ✓���-i.:a? Pl.,�r.� �9 I1��1� Car.�rr� S'ir�ia n�:�+a �g R,�ffa�„ �xrooa t���Y vsts 6� �ase �g ct.�r�� nc�n„a�r,,.,,o,.:� 3�-.9 �e��e��V�� r�,, r,,. ,.r; �4 � 1b�rt: i�� Psa �i :� ����=As'� �g u,.�,,.;a rrn,.c,,.�„ Ir �,��.,, �.;,,;�..�,.f;�:.�,. �..� � vel�io�=�cni nl $�i'"sc"�zr�'sc�rrc�-r� i�ccrrr:�u � � r'••1�..--cGc�h= svc-i�.�`1`G1lSP�dt�oC � �6iE-C}FgE'�-��uc`i�} A,..7&�..1.-:.�, 1 :us.. -�-�:9 L�it�U(:ZfiDa\7)' � Tt.,.....1.�,.,..�.�;.,, ., .,,+:R.l.. �8 9bedi�xt-�lan� nr„ �f,. �,t� „a•� �,:g n;.,.,-�-�g� 3'�lvict-a�-�r-se �9 "'rai.��C�ce�siis �,,,.,,�,..,;..+:H„f.,�.;,, g:g + �g� c��r„ _ �,,..r r.� l,n.,,f�„ro.� .��:�l,;., �er F o+..f., r.,..a .. .,.3�.�., 1..r .. .�;fT,:., ri..,.,.. � r..F., �}�W�y_ e. Temporary Erosian Contr4l Seed 1) Cansist of the sowing of cool season piant seeds. 18 3. Mulch 19 a. For use with conventional mechanical ar hydraulic planting af seed. 20 b. �Vood cellulose fber �roduced from virgin wood or recycled paper-by-prodttcts 21 (vvaste produc�s from paper tx�zlls or reeycled n�wspaper). 22 c. No growth ar germination inhibiting factars. CITY OP PpR'1' WpRTH SOL SLOPH REPATR ANp TR�.E ItEMqVAL STANDARD CpNS"1'RiTCTTON SPECIFICATION DOCiJMENTS City Projectl�Ia. WRT-20pf-300Q07 Revised December 20, 2012 329213-5 HYDROMULCHING, SEEDING AMl SODDIidG Page 5 0€ $ 1 . 2 ; 3 4 S i 6 7 8 �� 9 , � 10 Ii '. 12 ' � 13 14 1 iS � 16 17 18 19 I 2D d. No tnore tk�an te� percent maisture, air dry weight basis. e. Additi�es: hinder in powder farm. f. Form a strong moisture retaining mat. 4. �'ertilizer a. Accepta.hle conciition for distribution b. App�ied unifar�ly over the planted area c. Analysis 1) 1b-20-0 2) 16-5-8 d. �'ertilizer rate: I) Not required for wildflower seeding 2} Newly estabIished seeding areas - I00 pounds oi nitrogen pez- acre 3) Estahlished seeding areas - 150 pounds of nitrogez� per acre 5. Topsoil: SEe Sectzon 32 91 19. 6, Water: clean and free of industrial wastes or other substances harn�ful ta the germination of the seed or to fihe growth of the vegetation. 7. Soil Retention Blanket a. "Curlex P' from Americau Excelsior, 9Q0 Ave. H East, Post 4f�`ice Box 5624, Arlington, Texas 760Q1, 1-800-777-SOIL or appro�ed equal. , � 21 2.3 ACCESSORIES [NOT US�Dj 22 2.4 SOURCE QUALITY CONTROL [NOT USED] z3 24 25 26 i 27 , zs � j 29 . I 30 '� 31 . I 32 33 34 35 36 PART 3 - EXECUTION [NOT USED] 3.1 YN�TALLERS [1VOT USED] 3.� EXAIVIINATION [N(3T USED] 3.3 PREPARATION A. Surface Preparation: clear surface of all materiai including: 1. Stumps, stones, and other objects larger than one inch. 2. Raots, brush, wire, stakes, etc. 3. Any objects that rr�ay interfere with seeding or maintenance. B. Tilling 1. Cornpaeted areas: till 1 inch deep 2. Areas s�oped greaiar than 3:1: run a tractor parallel to slope to provide less seed/water run-off 3. Areas near trees: Do no� till deeper than 1/2 inch inside "drip line" aftrees. 3.4 INSTALLATION A. Block Sodding l. General a. Place sod between curb and wa�k and on terraces that is the sarne type grass as adjacent grass or exis�ing lawn. b. Plant between the average last freeze date in tha spri�ag and 6 weeks priar to the average first freeze in the fal�. 37 38 39 40 41 42 C1TX OF FpRT W012`fH S'I'ANDARD GQNSIRUC'I'Ip3d SPECIFlCATIqN DOCUM�NTS Revised December 20, 2U12 50L SLOP� REPAIR AND TItE� REMOVAL City Praject 3�10. W12T-2001-300007 329213-G I�[YL}A�MiILCHING, S�EbING ANI} SODQING Page b of 8 1 2. IflSta��atil0ll 2 a. Plant sod specifiecE after the area has been completed to the lines aud grades 3 shown on the Drawings w4th 6 inches of topsoil. 4 b. Us� care to retain native sail on th� roots af the sod during the process oi 5 excavating, hauling a�d planting. � b c. Keep sod zz�,atanial moist from the time it is dug untii planted. 7 d. Place sod so that the entire area designated for sodding is covered. 8 e. Fill vaids left in the soIid sodding r�vith additional sod and tamp. 9 £ Rall and tamp sod so that sod is in co�plate contact with topsoil at a uniform 10 slope. 11 g. Pe� sad with wooden pegs {or wire staple) driven through tI�e sod block to the 12 �rm earth in areas that may slicfe due ta tl�e height or slope af the suz-�ace or 13 nature of the soil. I4 15 16 17 18 19 20 �1 22 23 24 3. Watering and Finishing a. Furnish waier as an ancillary cost ta Caniractor by means of temporary metering / irrigation, water trucic or by any other method necessaty to achieve an acceptable stand of turf as defined in 3.13.B. b. Thoroughly water sod itnznecliately af�er planted. c. Water until established. d. GeneralIy, an amount of water that is equal to the average am,ouzat of rainfa�l plus 1121tzch per week should be applied u�til accepted. Tf applicable, plant iarge areas by irrigation zanes to �nsure areas are watered as soon as they are. planted. B. Seeding 25 I. General � 26 a. Seed only thase a�reas indicated on the Drawizags and areas disturbed by 27 constructidn. 28 b. Mark each area to be seeded in the feld prior to seeding for City approval. 29 30 3I 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 2. Broadcast Seeding a. Broadcast seed in 2 directions at right angles to each other. b. Harrow or rake Iightly to cover seed. c. Never caver seed with more soiI than twice its diazneter. d. �'ar wildflower p�antings: 1) S�alp existing grasses to 1 inch 2) Remove gass clippings, so seed can make �ontact with the soil. 3. Mechanically Seedin.g {DrilIing): a. Unifnrmly distribute seed over the areas shown on the Dra�vings or as directed. b. All varieties of seed and %rtilizer rnay be distributed at the same time provided that eacla component is unifarmly applied at the specified rate, c. DrilI seed af a depth ot' 1/4 inch to 3/8 inch uYilizing a past�u-e or rangelar�d type drill. d. Drill on the cantou�• of slopes e. After planting roll v�ith a rollet• integral to the seed drill, or a carrugated roller of the "Cultipacker" type. £ Rol� slope areas on tb.e contour. 46 4. Hydromulching 47 a. Mi�ng: Seed, znulch, fartilizer and water m.ay be mixed pro�ided fi1�at: 48 1) Mixture is uniformly suspended to form a homogenous slurry. C3TY OF FO1tT WORTH SaL SLOPE REPAIR ANI"3 T1tEE 1t�MQ VAL STANDARD CONSTRi1CTIQN SYECTFICATION �OCUNlENi'S CityPmjentNo. WRT-20p1-30�0�7 Revised December 20, 2012 329213-7 HYDRONii7LCHIt�fG, S�E}]iNG AND SODDING Page 7 of S �11 � � 1 2 3 4 5 6 7 8 9 IO I1 12 13 14 15 16 17 i $ 3.5 2} Mixt�re forms a blatter-like ground cover impregnated uniformIy with grass seed. 3} Mixiure is applied withi� 30 minutes after p�aced in tlie equipment. b. Placing �} Unzfornmly distribute in the quantity specified o�er the areas shown on the Drawings or as directed. 5. Fertilizing: uniformly apply fertilizer aver seeded area. 6. Watering . a. Furnish water by �neans of temporary metering / irri�ation, water truck or by any other method necessary ta acl�.ieve an acceptable stand of turf as de�ned in 3.13.B. b. Water soil to a m.inimum c��pth of 4 inches within 48 hours af seeding. c. Water as direct by the City at least twice daiIy far 14 days a$er seeding i� such a manner as to prevent washing of the slopes or dislod�em�nt af the seed. d. Water unti� final acceptance. e. Generally, an amount of water that is equal to the average amount airainfall plus 1/2 inch per week should be applied until accepted. REPAIRIRESTORATION [NOT USED� 19 3.6 RE-�NSTALLAT�ON [NOT USED] 20 3.'� FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEIWI STARTUP [NOT USED] 22 3.9 ADJCJSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVrTT�S 25 3.12 PR�TECTION [NOT i7SED] 26 3.13 MAINTENANCE 27 A. Block Sodding 28 1. Water and mow sod until completioiz and final acceptance of tlie Project or as 29 directed by the City. 30 2. Sod shaIl not be considered finaliy accepted until the sod has started to peg down 3I (roats �rowing inta the soil) ar�d is free from dead blocks of sod. 32 B. Seadzng 33 1. Water and axaaw sod until completion and fir�al accepfance af the Project or as 34 directed by the City. 3S 2. Maintam the seeded area until each of the foilowing is achieved: 36 , a. Vegeta#ion is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fizlly established. 39 a. Seeded area must have 100 percent growth to a heiglit of 3 inches with 1 mow 40 cycle performed by the Contractor prior to consideration of acceptance by the �4 � City. 42 C. Rej ection CITY OF FORT WORTH STANDARD COAiSTRilCTIaN SPCCTF[CATTON DOCi1MENTS Revised December 20, 2012 S�L 5LOP� REPAIR AND TREE REMOVAi. City ProjeCt Na. VVRT-2D01-3D0007 329213-8 �-lYBROivIULCI-i[AIG, SEEDII+IG ANd SODDING Page S nf 8 1. City may re�ect block sod ar seeded area on th� basis af weed populations. 3.14 ATTACHMENTS �NOT USED] El� GF $�CT�OI�i � Revision I.,o� DAT� NAME ciry o� r•ox-e wor�TK STANI]ARD CONSTRUCTInI,! SPECIFICATION IIOCUMENTS Revisad December 2fl, 2012 SUMMARY OF CHEINGE SOL SC.OPE R�PAIR FLND TREEREMOVAL C9tyProjectlVo. WRT-2D0[-30D0�7 A_�pencXxx i APPENDIX GC-4.01 Availability of Lanc�s GC-4.02 Subsurface and �'hysical Conditions GC-4A4 Underground Facilities GC-4.06 Hazardous En�ironmental Condition at Sit� GG6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6A9 Permits az�d Utilities GC-6.24 Nnndiscrizx�iz�ation "None" GR-01 60 04 Product Require�ents � � � C1TY OF FO1RT WpRTIi STANDAIZD CONSTRiJCTIUN SYEGiFICATION D�CiIMENTS Revised Juiy 1, 2011 SOL 3LOFE KEPAIR ANI7 TREE REMaVAL City Project Na WRT-2D01-30fl007 ����,�� Av�j���#��l��y �� L�r�c�s T��Y� �'��� ����' II�TT�I�TI��A�.�L�' ����I� r �ITY �r k�i}!tT Wf]]t7-I � S�Ai ]f:lrlEd I? {�C*hISTf�i1C.7[f?T�2 SPFf'iFlC'AFli�h� E7[1CllCNEh#T5 I�4`vl'�4iI .I4LkY �, ��� � 5�1� 4�.(]YF' iti=PllEf� AN1373iCE fk�#YitjlrAl, {'ily!"i�tjt�ll+�sa UL'Qi;•7��lll—*i111;1Q1 �C�--�.�� ���������-��c�� �r�� ����y�i�~�� ��n���.iori� '��I�� PA��1 ���'�' II�IT��TI���I�LY �I.1,��1� � � c���v s�r- r-c�rti� w�sr��r�r s�nr�r�nr�t>c_��ra��r���c�r�t�rrsrr:�,i��c�-ri«r� �xx��in�t��r���� 1�ewis4[k IuIV I, 2Ui I 5�11, til.�'1PL ftEFAIl2 A;il�'['C�flsI{EiMCrV�kE. c�ty r�{����� *��,. wrt�•s��-�nou�a , ' �ry =tis"� i , �� r _,"y� .r-���r � �'"��`� ��: �� .ry���. T .-' `� . _{F "_ — - � '—F _"— _'•. ♦.'���-�,1 +.ti�`{_ , -`_^--�-Y�' � ,i—�i—='—�`ai—^ 1 , _—_ _ '_,,,�.,:. �y �,. � y"r�- ' �. .- ti. ' - - - ��� J -- .. � -- � ��j I � ' •�''1 � ~ � r . } � i � � �'�' • ' t � - � k=i a' c -� fi C,�• �� 1 ,� ' •5 . , x ,,���f ,��tl�', � -r,�'*", ,� � �+�'�y57� � ��h` � _ m ,}'.r' � i• � � a .��,. .: . ' + }y I r1-�'�� I_ ;'�• b • ` p r�� r��'.j��'J �_ � . �.J � '1� ''ti.: .-�'.-ti'� � 1 � iR J� ' � 1 [! �'4'Jl�a' � }� ���',,�1, �� { tr �� '� r r�' � ., i�� :Y ! '; , L � ''�-: _, � � �d, !�j� �• I� •� y%ti'l"'=-��„'�sr +if ��" �.+ , :j}r:-,-c� �.v��'"��":J� j' r 1 S� � � �5� �� � �ril,7fu } ":i I +Ci-. � "'�`. ��_ "` i. �' �, � fr �i + ', •,`,��,;1 � /, � � � , _ ,�' }�. + � r �� , . i i ♦�• _.•' F .'x'r� Y_r ryN 1+� �J' �ti �' ^'+ �K � �4 .� �+ � F �` 1� i 4 - L i. w' `' ,1i �� . � � {� �k�ti; �ia�, �! * 5 ��F� ��":F!��4 , t��.r{ ��+ � �rt� � � � ;3�r �+ },j r{'r, `,� , �'" ;.X � �� ��,. `� '� -� . ..�. �M�!,' A.,y�, ��.r ���Il.. � . �R-� i}-_�5 �L'� _� 4 � . � • � � � ��styi t � ,^. �1-� x2` M r�'f � � , ���j�Y��, r� .�` "� R _„i Y- •, � , .i _. ,�,� .. I=` v " � . 1\ 1.. ! �,,.��_ .f�'4 ', '�'�' c_,: . r�� .- 4 -�r�a"a_} ���i.'.,`.,�L��r�.�_ ri.:,—� � �A ��` �! �i� f t . �f'sk#_ _ -�.� � �' - " �-��-„i - �'—rST--�. �=-Y`ti - �b^ � � �� �I_1� . J �r�i r'' '� � � Gy "'.. _..n:�'1 '� =''��r�a; �`-- -:�:.`-`�ri'�••{� - i .T}!. � ,y �'1. � �. ��►- - "�;,,hi��.." �:.;-.��_'..'^ i�wr ty�x i �] M�r � . •� � �%K�..w `' - _r�t � �� _-� "�yT� � � �,�J� ti5ll{i'��:1 L r .l.,�s `-... r j rj��.��`:������� �' �• N�. �i.��'.i � . � �1. L l � � t� , � y}� t � . . J `L�' ' ��` rr�Ln+ '1 � 1f''�}�5'�`a}Y�1, � � !'� � IY\ �. ' :�'��f4�1"�'�15 r•r���-.; { . 5i /h�l_ � }^•�' .aA! �. a , { F�K 4�` � ,��'4�..,�,+.� ;`S�,.t:.f t� , . ��� � }{ ,,3-";��. - . ��r.�{ I�`C;��. . . :f- �y`f I .'•,i� .'i-_''�.���'4,�.�Y. _. ��� �i I.,,i++r � ��] � s# i��i��{;�;[��^,}� y � '' ' '-�� � ;��. I.' ' 1 � . . I I � ' �{ � ••� I � Y � LF `y:5r�.'�. � 1 .-SIi! �. �`f��' fi:�_ U l. � �:a . �'� - . ... _ �� � .�t ��� �w . ` ,'r.� � z_ .� r.: � 'y,i� � ��' LA • ] '�' ''�:� ' .1'_ ' , , ..'.. l^. �';�t j ^':��.�r, .}�j, ��: II � �C' �� V: -- } 4 � 4 `: - _�r����,a-r+' - ?� ' � A' ��� � 1 i'�'�,i _ �' �, '; �; ��= 1�,f+ :,y. �, i� I + �, � •?� F ! � . � I� j3 l�� ����� .• 4_ S�`�e I� _ � .1 = y�1 . �f '� � r , • , h r � � ,�i �..j;- 1• i� '� �. ��l'�a���� � �-� � .� . , �' `�� '�, i _'�;�L`'4; .�:s,�r;;' S3t`" i � . �� . ? � � '��. +' � ' � •��♦ , • '��,1, �• �' , '3� �� i •� ' ` �j, � • ,'� 1 _y �, �,, ' �. t . .� �� . :��'.�� �� ""�':- .�. ;� �f:i� � � y. - 'r;, ;.�, � �' ,..T �.• r?., « '.�,'��., S .' � . �.,y . •. �.: . ' • :i ? � r.i , �• • - � - _ ._ - � ',:.�� . ' � . •'',����' .. �y-, - ti � - ll1'Y'.St� ��}`�: ' ^.:,t-..,a�' �i'►'.�(:��I..�'! .�N*�=.'��f:"_'k-;. 1'ir`Y�3���-�.ti,'. �� :.� I, �' `F ' fi '7 - � �' L L. Y :t� .. i � ` � , . �,�' �i1.rr4 ' f.�'r T a tir f-r� jt �'�j�'� �-��l•y,t��._"( � � ,, -{� �,'t� .1{�,�t�, , 4 �(.+��� , � b - ¢A • ��i,.•.?* '"''_ r. Y i�11�1 ,��� � � +. .l } - . r �. � �i�,,��.., � �,:-, �1. i'. �_, � � �_ {{ F' .. ,� � ��, f�; - . �` • ;: ~� � A�;i `}�f r*�` � r C. `�.�++'� �' �='? � SJ'i' T+�,� '� , � : "- , _ .. i `�„ ,�'�'��,,�.1�: �..-�' � i;�.� f �;i� ,�� ��'° ,� ��, ' `�s"' . •'.!s +E +k' � �.• . • ., i.�` : � � �':�' ,���, s-� ,�. � } , � ' .,�� ��� �te 1 .-. ���.. I4�.'. � w. .'` i4� .S�'�� -p, � '1� ;�:� =����"a �`� '��'�1 �x-, :"}'�7 �; ,: _L ..Cyfl _� , , .�._ �,� • � ��,, ;! - , ',=,': �;�� _ `� �" �; +.� ; i::� ;.',.-��,�31:. „ .!4 . � .� f � I 5 r _. ��; r_ ,' �, .���Y� f.:,.�_. ��'� 1 � � - �.r,+`_, ,.�• +7:. ' N r � ���Y ���, :.�:_..- _ � .r,��+�.", if=��P' �� , ,��/'� _,ti•:Y'•s�'�`,�. \.+"��r-�'�.`. 'w'..'� -.r''{� `, '�i� �--.�- ..lf� �? �� r..:k� ,7�., }it. � �;:�,.t'w�,�,/,_�' r''M �,��' • 'i � -� ' l 'i'� �'� �`�'� � 47,-.. _ � : -.�, : j �� , � T""-' -" �• r� ry�4;': �y��•��+�y,•� �'� y,�� ✓4 '� '`�� � � � �a� �r�� ! �srG.-r, {?'��'�'.I`'��.1�':`i'��,4 �F-.'1' 1J'(�� .ti f''t.. 'y'„ �,�w�x� Y_ ' • ' � .k" ��e ,--�! '.w ��•ri*.� - .�,a�,�1 r:t�, y- j'?+„Mr:�'�,' �� •�_�5''�." y-� ,►7t„'j a��' IL�"�� tf1�i .��,�.. �-,1 _ N�l �Ji�.�-�__'_I_��g •�. }„T}� . � � _ �C�:•�'+�' �;�r:ir:�J._aY^� ,�.�►��,�1'� fi!��••�'i1- �`��'y (F'�t..t..K.� ' ' v�..�-y � i� '�'_'Ti""" i"f:+ •�' , ,� I • -. . " �.;�Y - �� . .�', . . . � "� • ` �',�+� +`' �'�-�+ �r - *•'' Mi 'w"*:���. ,r�';. �:•�, �• .�+ y �+ t ��Yi`. ���� ;i�;•�� ;� �yk S �#` � � p �-.�, � � �? � � � 4L� � � f� . � � ��.�, : a- � �. � � � � : 0.� � � ��. : � �� � --I �.�� � C/7 �, � � Li ��1 �. F SL� . _ � ����,� . �''r�-� �. ! �..G`, �+�k.r i :� . fr-tni-"t,X+ - y�.Sj' " �^�'�;.,y', � t��-.�;� 3 _7 .,.�F /`�'S{:=Fi�l.f� 'r� � {�'*aFy'_ r.".-^A� w.'L * �p � �.5�-: ���r, s� f`; .�,�.` JA�- _ -�'��:.. ��� � � •5�1•�J . i�� � r s���'1'n ���r�il�s•: ��r,^y;,�+y�'�2�,{'��.l�.��i�%� `;��i'w � � • G � � 1� �'..�F_ ��� �� � '�' i�v� =�i;��r r�;:.'� :�, +� ; ;, ,�,���-1_*' ��" �,•��� .�y,,`�;��„ w�'�� �� ��� � � A. f _ r •s. •'r`- �t�A..y, �j 3..r�.. y �i"r� �+ } .1, L,.Y�'^• ' � . �� + ' �` _�:- � ,�, ':,' . s }'j�� �. , �k - e�N�. �' " � '_" "_ _' " � .. . - 3.; � ; � - ' 2 .. rz. -� ''; G I.�` f'-+.E.F � �'- � "' F • � - � .. . .. . .. .._�.�. '_"�.._— ' __. .�. � 11- �_�._s— x .e - _ i + r ��� _ _ . t . ^y, . , yi I�. / _a �_ �r r, yL. � �� -i; �. �4�'��r- � . +. �� � . - -'. i�� . ' ; �#�.� * �.i. �''3�� �'�*` r ,'� { . .r� .�_.�ftS �1;��..* r�i`t` � ,� � • . .����5� 'g.t.,,• '��GI�15 '�y ` s � �: �- �. . ���'y� + ��.. .� , �- � �.' t' � �`'� ���,4 +'t�..` r y�t.3� i� i, t �L R �ii. � ��.j�aL.#�i l._i..�.�. �'Ir .r„ �r• ���� ,-� �; k - ,{� �t�, :.�, ,�� �: -. . e� �..�s r�•� �;,-�•,,,;'� ► � +; �r'��`�-'�'' r a'�: ti4`�► • ,� ,�R+s •`�r "��' � � ��• 1 iT;; ± -r �' r �:�.� r;.;"{', �Y 3�?' :'�i�. . ' ,p ' S S.' _."y�_� , f }?'S 'f �y��u ��sy C"l�fw,.�' „�ti � '��r;�'r' �} � � , ��,1i� _�k.f�N * !��#' F}� a f �� �ry��'ti ,� ��Y "��L ',ti'_.+�.�. �� �`�::.j�s+ T ���.������.,����� fia."Eti "ti�.. f '�''I s 'a � �'�rl����'�f,I''� , � 4 � �+ `�� � `` �a �} ;� F" � _;�_�Ya�"i�"45 �..� i�� �5�� 1��� ��s._ ����~�,`�+� �a' i� � ���3,1 � .�.► �:�'��r •���.4;t��a t} �i' �} � �i 'r' ' l � �'-'� ��:_...��r�����R ]"i` 1'1.a . ��r-!'(�!' L "�. � i� ti ti Jy�%r.%l ��'1_' FY � F� , �` ; r��-� L , ` •Y � . 1 � �.'t ry{� �'��,� f M �iard. � �yT.,.�.��+ .�.�^-;ti �,,�'Ft�►"-r f 7w�!". ,q'4.� n..•,` .r� a' � .•l�r� s `SrJ ,i� .•b„�Lr}�. ,. ,y�•�.� r*��.r"'' 1'� �f���,`{� {i`. Tr: _i^.r �+L."`r� t..+l, + i'�'�f'ei . -4rt"i ��� *�i! � F�,:l"+. _t � *`� � `�t� :�� ��`r�a��';t�+, ; "��:. ��.+5��� ���.. � ,�k F ,��';,' r 5�,.''}, »�l�`i��'�r� .�,�'�:: ;ry �����.��5h..:.'1, s'�•-�ti�rr�,�-i'� l�'� r'��°""�1��;" �' �';;� i I . � ' � I Legend: i � 5illy Clay, Clay, Fat � S� , � Silfy Cl�y, SBndy Silty Clay, Lean � Li� � 5andy Clay, Silry Sandy C1ay, Lean � 5� � 5haley Clay, Sandy Shaley Clay Q S� � Ciayey Si1t, 5andy Clayey S31f, Ciayey Sandy Silt, Lean � F�� � Clayey SanQ, 5�ify Clayey Sand 49U------------------------------------------------------------ B-1 B-2 g_3 ------------�g------------g1�-------------S,tfi-------------g-'fT__---------�-�g------ � � 7% B.�A ' I % B-'fA P 2A B-4A e-95A / B-18A -------'� ----- � __� .____B_16A ----B_17A_ � 470 ------------ - �-- - --��-- � / --- - ' ----- -- ___--- � Ij � % � � ,r � �, �� LL r. �, � ,.� � , . ,. , ,� � ---- - - ------------- a -------------- �� � � � � � ' ¢45U ------------ , � �, � �— ,1. �------------ � � ------- ' .. -------- � -------------��------__--_ �. ,_z. �-=- W � �S � ;� `' � fi , /r / _ � �; �' � � � � � � � �r � � � j %i r ------ W � � .i / ; 434 ------------� ---------------� - � " - � __---------- � ------------ � ------------- � �----------- � � : � _� � . � _ � � _ � ` .. - _ , :- � . . _ � .. 4'f4 ------------�� ----------------� - - ---------' - ----� - ----------------_—______--____ .�.-.--------------_------------- ._ , � ---- - --� ---------- E- -- _ _ . i � _ _ _ � � _ � � ' I 390 ---------------------------------------------------------------------_�--------__--____-------------------------------------___�______--_-------------- I � � o�o� � CM��NCrINEHRINC. TNC. cr�J PRaJEcr No. rr�-rz-�5s I �� 1_ � I � zo+oo ao+oo so+ao D ?q 20 feei 0 300 600 feet , ......e�„ ,� ���—� � 1lertrca! 5co1e Nanzantol Scn1e � - - _. I �� P�a TF A.2 � � � H .� � a� .N 0 N 0 � c �� a w � � � o' c � �� � a�i �—�° � � a � U � m 0 � � � N � m 0 E N N .� 0 0 N O Z c c� � � 'o °7 m �p � � � n� � C � IL � � � 0 � i� r � � � m 0 � .1 Major Divislons Sym: 7ypical I�ames � � � N @ � m � N � o � � � �o � � v � � v J ym� ,� � m 'N ro�� � o ° � a v-. � C ,C � � @ (A c S � � � y � � � � �� a o � � � �¢ m y � � m y G k� � � � � � � o � � a� � 'u, U � a� 7 C N �N w- U? c�.� '� 4 ,�o r�� ,� � � o .roC ,� � � y (�6 � •� ,Q � � � � � � u � � n .. Q 0 � N f� N � U � G � � � .� ._ � � .� o' :� v Laboratory Classifcatio�n Criieria Weil-graded gravels, gravel- � p 1p„)z N 80 GW sand mixfures, liftfe or na cn �� --- greater than 4: Ce= ----------- between 1 and 3 flneS �N ��a nio x �eo a p„ U o c � � � Poorly graded g�aveis, grar�el �� � � � Gi' sand mix#ur�s, little or no � �n � y Not meeting a!I gradation requirements for GW fines @ � � � $ � Silty gravels, grave[-sand-silt � ��V`. :� Liquid and �Eastic lim9ts GM �; �n ;� belaw "A" line or P.I_ mixtures � � � greater than 4 U '� � � � ; � Liquid and !'lastic limits Clayey gravels, gra�e!-sand- '� "' G� clay mixtures �� 2 ;� above "A" iine witt� P.I. � � : � greater fhan 7 E� � o .- o [' M�I � c � � � U � � �' CH � � � � in — � .� � o� ,. c �3� Inorganic silfs, [111CaCE0US 01' � d[atornaceous flne sandy ar � p silty soils, elastic silts A •P� Inorganic clays of hEgh plasticify, fat clays Organic clays of inedium io high plasticity, organic siits .c �`� Peat and ot�er highly organic � 0 v°, Pt soils UNIFIE� SOi� CLAS5I�ICATi�N SYSTE[1� L[quld Limil We11-graded sands, gravelly "' � '°� �so ta30�z SW sands, little ar no fines @ y Cu=p10- greater than 6_ G�= njo %�� - hetween 1 and 3 a5 p � : : Poarly gradec! sands; � .� '• -� '- SP grar►eily sands, liitle or no �� � � � Not meeting aIl gradation requirements for SW fines N � � �, �; O o �- N � M m 4] c' �, � �� a Liquid and Plasiic limits SM 5ilty sands, sancE-s91t mixfures � w�; �� c.� below "A" lin�: ar P.l, less u Qo � � Q than4 � no•�-���= ��' b Liquid ar�d Plasfic limits S� Clayey sands, sand-ciay � � 4? above "A" line wiih P,l. mixtures Q o� greater than 7 Inorganic silts and �ery fine M� sands, rock �four, silty ar ciayey fEne sands, or Gayey silfs wi#h slight plasticity Inorganic clays af Iow to medium plasficity, gravelly ��' clays, sandy clays, s91ty clays, and lean clays s�• 5D �� Organic silfs and organic siliy �o clays o# 1ow plasticity � 2 CL 1U 7 " ML a id OL � �0 iQ 20 30 AO 5� Liquid and plasfic limits pEotting ir� hatched zone �etween �1 and 7 are borderline aases requiring �se of duaf symba�s Liquid and plasfic limits piotting betwe�n 4 and 7 are bartieriine eases requiring use of dual symbals so 7o ao go �oo Piasticity Chatt PLAiE R,3 ��1L {�� ROCK't'YP�S .� � GFtAVEL ` / L.�AN CLAY � �1A/IESTONE � � % �' � . o -� � �� o• BAND o�� SANDY � SHALE � � �. o — — S1LT I SIL7Y _. SANDSTQNE .� � � MIGHLY �'�' �-�G���� She]by 5plit �CLAYEY � t'�i'=� CtiNGLQM�f2ATE Tube Auger Spoon PLASTlC CLAY '�7 �;•' i�RN1S ��S�RI�IN(� �O�iSl�i�f�CY, CON�I�'iOld, r4N� STRUCTURE OF 501L FICI�' GCall�ed SC31�S (More than 5b°�b Passing No. 20� Sleve) D�scriptir►e Iterrs Penetrometer Reading, (tsfj Saft O.D to �.0 Firm 1.0 ta 1.5 5tiff 1.5 to 3.0 Very Stiff 3.0 to �4.5 Narci 4.5+ COa�SE Gir�ll'1�C� SOI�S (More than 50% Retained on i�a, 20p Siave) PenetraE�on Resistar�ce Descriptive Item (blowslfoo#) 0 to 4 Very Loose 4 to 9 a Laase 40 to 30 Medium Dense 30 #0 54 nense O�er 50 Very Dense Sail Structure Relative nensity 0 to 20°/n 20 tv �40% 4Q to 70% 70 to 90% �� t4 � Q�% Rock Cone No Core Pen Reca�ery Calcareous Contalns appreciabl� depnsits of calcium carbonate; generally noduiar Slickensided Having incfirted planes of weakness that are slick and glossy in a�pearance Laminated Campased of thin layers of varyir�g color or texture �issurect Cantaining cracks, sflmetimes filled with fine sand or silt In�erbedded Camposed of alternate layers of different sail types, usually in approximately equal proporfians �'�RMS D�SCRt�IP�� �FiYSICA�, P��P�R�°[�� O� R��K Hardness ar�c� Degree of Cem�nta#ior� Very Soft or Plastic Saft Moderaiely Hard Fiard Very I�ard Poorly Cemen#ed or Friabie Cemented Degree of Weat�ering Can be r�rnolded in �and; carresponds in consistency up to very stiff in soiks Can be scratched with fingernail Can be scratched easiEy with k�iie; cannat be scratched wit1� fingernail DiffcuEt to scraich v�ith knife Cannot be scratehed with knife Easiiy crumbled Bound togefher by ch�mica!{y preeipitated material; Quartz, cafcite, dolamite, siderite, a�d iron oxide are common cemer�ting materials, and itan oxide are comman cernenting materials.. Unweath�red Rock in its natural state before fo�ing exposed to atmospheric agants Slighfly Weathared Noted predominantly by color change with na ciisint�grated zones Weathered Campiete Color change with zones of slighily deco�nposed rock Extremely iNeathered Complete color change with consistency, textur�, and general appearance approacF�ing soil K�Y iO C�.A5S1�'ICAiION A�iD �Y�IiBO�� P�,AY� A.4 C�J �I+TGIIVEERING 1NC. � Project IVo_ Baring No. �roj�ct Le�ee Recertification 117»�i�-158 ��'� Sludge Only Landfi�l - Fort Warth, Texas Location Water Ohservations N 69�34i9.7fi; E 2386�31.34 No seepage enca�sntered during dr'rl[ing; dry at car�pletian; dry at end of Com�fetion Complekio� d8y, dry on 721�ti12��12 �epth 30.0' I Date 72-14-12 . . . . . . 5urface Eievation Type 487,6 CFA i c �. � o m ,� � a � � � � � o � � N ' I �u �� � � �ul � o� I St�afium 1]€scription o � o � � �� o �, o .; � = z � � � � V d o�� y� �= �? '� axi �c �� cni�� ut Ci az ca ._ a� � a3 �� `� x� o o c,a � o 0 f1,' iY a0 L!. h fi (A ^t � i[L .:1 I CL C� U �.� � U fl � SIL7Y CLAY, dark brown, hrown, and light brown, I 4.5+ � 14 I 1 w! Ilmestone fragments, sand seams, and � 4,�+ I 14 � calcareous nodules, very stiff ta hard (FiLt) I � 4�.� �q 4.5+ 13 1 ` 4.5+ � ' I 'f 6 � I � I � � 4,5+ 24 � � � 4.25 I 96 55 21I 3�4I 20 1 � I 475.6 � � j 5fLTY CLAY, dark brown, uvl lronstnne nodules and I � � calcareous nodules, �ard � I � 4.5* I 96 21 -wI gravel alaoue �5' � I I � I � , � 1 I � 4.5+ I I I I 22 � I � I � I 4.5+ I 21 1a9 16i96 � � � � 1 � ; 1 I i 457,6 ---------------- 4.5+ 96 29 I •----...._T---- � M � w F- O C7 � V -� 0. � � N N z � 0 m , w o L�G QF BORING NO_ ��� J I PLA�� A.5 �� E�fGINEEI�ING ��lC. � Project No I Baring No. Projeck �evee Recertificatian �177-12-958 ��'�� Sludge O�iy Landfill- Fort Worth, 7exas Lacation Water �bservatiar�s N 69�3484.86, � 2386291,98 5eepage at 27' c�uring drifling; �ater at 2�` ai corr�pletian; water a� 25' at Completian Completlon end of day; water at 24' on 9 2!4l2012 Depth 7$.4' I Date 12-3-�2 . . . , . SurFace��levatlon Type �4�'t .G CFA W p � � � � � � � �fira�um Descr�piion � SANbY SIL'�Y CLAY 151LTY CLAY, dark �rown, 469.6 brov�n, and ligh# brown, wl calcareous nodufes and � iimestone fragmants, hard (FILL) � SI[."fY CLAY, dark brown, w! calcareous nodufes, very sfiff to hard - grades brown belaw 9' a . o �� N q"[3 Z � �� � �iA "' �c � d o :�' � -� �' � � � �u � � n � �� �' �' � � a�a L1 U � .�n.'a U � �Cu' �� 5= �n= Naxi !�C �y SEa w Ci �mU? ro� o�E �� �v oa �� cao � � � a. I--' Ll. U? ,--1 .--1 d J d G � U � J � U R 4.5+ 8 � � a.�+ { � 4.5+ 18 j � 4.5+ � E 4.5+ 18 I � � � � 4.5t 97 57 19 38 17 � �I 4.�t 18 � } � I � 4.25 92 56 ' 18 3B 23 453.6 51L'CY CLAY, lighi brawn, v�l ironstone nodules, flrm tv stiff 444_6 SIL'TY GLAY, bfown anri gray, wl iranstone i1QdU�8S, 5tlff 9.4 68 33 14 i9 20 102 1.5 22 z,o 79 a5 '[s 29 22 a --ao � � � a~ � ^ ��� U � %"�/// � � ..%� a � � —a� � ~ _ � 423�6 c� �- SAND, tan, w! gravei, loose to medium dense �_ - �� m —5D—' o LOG O� �ORiNG i�0_ �-�i � Continued Nexf Page J 12 I � �.25 89 � i5 j 1.5 I � � 'i 1 I 29 2z 24 1 , r �i�'1�� 11.�[� � C�r ENGINEERING IT+iC. - Projecf No. eoring No. Projeot Levee Rec�rtificatian 117-�12-158 l ��� � Siudae Onfy Landfill -�art Worth, iexa� Locatian Water Observalians N 6973484.86; ��386�9�.98 I Seepa�e at 2�' d�rir�g ciril�ing; water at Z�' at campletion, water at 25' ai Compiet�or� CompEetion end of day; water �t 24' on '�21�112092 Dapth 78.�. date 12-3-1 � . . _ . . ' I � Surfaae EEevation Type ' 47'[.6 CFA 0 li' �p N II � N � Ll. � a - • o . � T � p� I � ° �� � N�P �, � `� �����um �esc�°i ptien , o � � � � 4 � e � � � � � k a � a :� �' �� ��N I U � �au' ,�7 �.s uy� n� N� oU �.� , ul C� a�u� �a� 6E �� �ts oo 'c�' �Coo . �C a maF arn �� a� � c �U �� �c.�a i•� �• ' SAI�D, tan, w! gravel, laose ta medium derise . • � _ � `. `� �:. (contlnUed} � I � F r - J..: :: ,-�J � 9 18 29 . —5ra— � , - - .. . _ � t � .: , � _ -- x � I � -� - . x zo --so� _..... � i - - �� � . � _ _. -:���:I I �� � � � -dense balow 64' � �2 � —�s— . � x � 405.6 4 � _ r� SANDY CLAY, gray, wlgravel � 403.6 '� !lMESiDNE, gray, w/ shaEe seams, modsrately � _ hard to hard �1�O/1.5" i . � --�o � � '. i" � � � � I � � k _ �E 0013.75' —75 � � ^ � � I ~ 393.6---�..._--------------------- �10011.25' _ �� �C � �'� � � � 0 � � �� � U � f � � � � � y I � . o m i LL � f o LOG OF BORWG N0. ��'�� I, PL�i� �.�b � 1 1 � � 1 � � C�� ENGI73ESRII�IG INC � Projeet iVa. I Boring �fo ProJect L,evee Recertificatiar� 117-42-'158 ��� Sludge Only L.andfill - Fort Warth, iexas l.ocatian Water Obsen+afions N 69�2898.24; E�386244.61 No seepage encauntered during drilling; dry a� comple#ion, dry at end of Completio� � Completion day; dry on 121"1712Q�3 Depth �0.0. �ate 'I a-14-12 Surface �Eevation Type 48Y.g C�A � o m � R Q p � N ���a�urra �escrip�ion 51L7Y CLAY, dark brawn, wl calcareaus nodules, hard (�ILl.) -grades brown �elow 2' -wf iror�stone nodules, 1�'ta �s' 471.2 S1�TY cl.AY, brown, wl catcareous nadufes, very stiff 457-2_.__--------_._.._----- � �,. � � � r� c� � U � a [� � � � h � Z a O m lx. Q LOG OF BORING �O. ��� J o . � �� N O� z ° �" ��'Vi o ` ti� rno o � � �'� �� ��� ° ° �n OC � y q3 'o - U � - `� x � �; � � o Q- c (� � 7� � N} ,+" u1 �= N N y C. y U�� LLF CJ� O N N RS .� 6 E l�S � N'O O q C C O D a 4 m0.H €Lu) aJ d.� [LS �U �� �U0. �4.5+ 12 � �.s� � � � a_6+ 73 q_�+ 15 a.�+ 17 � I 4.5+ 20 I 4,5+ 79 51 17 34 16 11 i 4.5+ 4.0 4,25 � ' 4.25 20 26 21 21 PLAi� �.7 ; CMJ �NGINEERlI+[G ITEC � Project No. Bflring lVo. Project �Bvee Recertification 11i-12��l58 ���1� � S3udge Only Land�lf - Fort Worth, T�xas Lncation Water Observations N 697�899.4�; � 2386293.�43 5eepage at 30' during drilling; water at 27' at complEtian; water a# 27' at � Com�tetEon I campretion end of day; water at ��" on 9�1512012 Qegkh 77.D' Qat� 12-4-1 � Surface �levaiion Type I i � I �13.0 HSA i , . � t � o a� w E Q � � N -Stra�um I�escripfi�n SANDY SILTY CLAY 1 SCLTY CLAY, dark brown, �71 � brawn, and Ilght brQwn, wl calcareous nodules and � limestone fragments, hard (FILLj /- SiL'PY CLAY, dark brawn, wl calcareous nodules very stiff ta hard - grades brown below 9' k53,d S1L7'Y CLAY, Ilght brown and gray, wl ironstone nodules, iirm 443.0 � SANDY SIL'I'Y CLAY, Ilght brown ass.a SlL1Y CLAY, brown and gray, stiff ta very stiff m � �" � � 4 r� i � � '� �- � �_ � �_ �f� - as�'��� / [V J / r �_ �f - firm 47' ia 5a` . z _ �� � —54�� 423.0 LL 0 o L.QG OF BORi�IG NO. BQ2� 0 � N �y� I I � � � � �� � N� \ e � � Olo o \ � � C �' a � � N ' ���: �� *� - `-' �x y� oc� �a� C� � � � � � � '== UI �= 71 N !n G . N � W C� o m tn m,m rr_� �s ��-o o a c �c n a LY. II_ CIIRI-- dV? .=1� 0.:J [L ��U �� �U0. � � 4.5f � 72 , � 4.5+ � � � 4.5+ � 19 � � 4.5+ I � ( �4.5+ i 9 I Contrnued Nexi Page 4.5+ � � � � 4.5+ � ` 4.5+ I I ! I I I l I f � i � 4.5 � 93 4$ 1S 32 � � � � � � � 1 •5 � � i � 7A � 1 I I � 4.0 j � � � � 20 � � 18� i zo 27 � � � � � 21 � 108 2420 � � 1 I I 2D f � 1 � i � I I I 22 I f � � � � � � 2,5 21 j E I 1 � i � f � 4 _ I I 11 � 4.25 21 � I � i � i i � 1� I � � � 2zI I � �l�ATF A,�a � CMJ �NG[[JE6RING INC_ � Pro�ect IVo_ I Bor�rog No. Praject Levee Receriification 1�7-92-'Ea8 �-�14 5ludqe Only Landfill - Fart Worth, Texas Location Water Qbservations N 6972899.4�; E 2386293.43 Seepage at 30' during drilling; water at 27' at completian; wate� at �'�' at Completion Completion end v# day; water' at 27' on 721�5l2Q92 �epth ��,0' I DaEe '12-�4-42 . . . . . SurFace Elevation Type 473.0 HSA � o v � '� �. N >' �y � �� , _ � : :: —551 � � � ._ :. x —sD— � : . x S�ra�um �escr�ipfiion SANu, tan, w! c4ayey sand seams and gravel seams, loose o �; p� N G � �v z � �� � �r� e ro O]o w �' N.,.: E�� . o � � � � �, � � � _ �' � � � U f] �au' �� �•� in'-'-' inw 'i�c � y c��� LLt C1 dm�? �w �E m� m� oo '� cvo R � p.]aF- d[/J �� LLr Il ��U �� �U� � D.5 25 9 411.0 SA�l7Y CLAY, gray 406.0 LIMESTONE, gray w/ shale seams, hard to very hard 396.0--------.----_--------__._ .___ M v � �- ❑ [7 � � u -, 0. � ad N N � C7 z � 0 m � 0 a L.QG OF BORING 1�0 � �,, . � � � � � � � � oaro.s« I I I I j10p10.75' � �10019,5" 17 PLAi� A.8b I ENGINEER1i�[G IRTC. � Project No � BoriRg No, �raject Levee Recertificatian C 11T-1�-1�8 ��3 Slurtge Oniy Landfiil - Fort Wor�h, Texas Locatron Water Obsenrations N 69i25�9.47; ��386(3�8.92 I No se�page encountered during drillinc�; dry a# compfe�ion; dry at en�l af Comptetion � Completion day; dry on1I2212013 Depth �0.0� [�a#a .�..g-'�3 � SurFace Elevation Type �487.3 CFA I � o y Q . A v .,C a- ` pj N , C u- C2 �, � ; O.0 O o +-% '� � ty Q � � �tr��um ��s�r�ip���n � �i o � � �Q p � � � � �.; ,� � � ' uVJ C�'1 aa�iu� �� ��E m�E �� ob QU coo � c� m��-- arr� ::,� a:� a��c� a� �t�a StLTY CLAY, dark brown, wl calcareaus nodules �#.5+ 9S , and irflnstone nodt�les, very stifF to hard (FILL) j � 4_g* 10 I � 4.5+ 8 i I-w/ gravel above a' � e}.5+ �q � -grades brown balow 4' � r�.5+ 1� j i , �� ■�� IJ 467.3 �I � � �- � 0 � � � U � d (3 � I N h f:) z � � 0 m �. 0 o LOG OF BORWG NU_ �-3 � � � � � � 4.5+ 18 � � � 3.5 85 21 � � i � I 4.0 85 58 19 39 22 1D0 �}.25 � I 22 PL�4i� �.9 C�� �iVG]NEERIN.G iMC_ � Project �fo. j Boring No. Rroject �,evee Recertificaiion 117-12-158 j ���ll�l Sludge On�y Landfil! -�ort Warth, Texas Locatfon Wat�r Observaiions �! 69726�`7.3y; E a38,�'i994.34 Seepage at 28' during dri�ling; water at 28' at co�npietian; water at �8' at Complstion � Complet�orr end of day; water at 25.5' on '51812013 � D�pth 7D,�= Date 1 �_,� � Sur�ace Elevation Type 4i6.9 HSA µ- o � .Q a � � � ���atum �escription 51L7Y CLAY, dark brawn, wl llghE brown sendy clay pockets, caicareous nodufes, and limestone fragments, hard (�lLL) 47'{ .9 SI�.7Y CLAY, da�k brown, w1 calcareous nodules, very stii# 459.9 . SI4.7Y ClJaY. light brown and gray, wl calcareous nodules and ironstone nodules, stiff to vary stiff -hard above 20' - soft ta firm 27' tn 37' 1 4_0 28 4 1 3.25 98 SO 20 44 25 � _� 4.25 ! � 4.5+ $1 � � I � z.5 zz 17 1 1 zo � a9 574D � 1 0.5 90 33 71 22 24 102 0 N � V' � 'O �' � � u'- � N � N � o � w °7' o o �' � c �' � �.C-. m r7r � �e ��y N� -rs . �.. � x y� C]U P��c. U ❑ 3� y� �� v�� �mm . c. y nE� !t� CJ � m� cu ,� er E�a E�n v o o c c o 0 � a mci� acn ::�� a.:� n.s �cs �9 ac.�a 4.5+ 1B � '� 4.5+ 17 � � 4,5+ 7i 1 B � � 4.5+ 17 1 I �.5+ �7 1 _ �'/� 43$.9 CtAYEY SfiLTY SANb, gray and iigf�t brown, w! �' - � calcareo�s nodules and ironstone nodulas, loase fo � —40— � rr�edium dense � ti- - 0 �- - �- - U � —45— ' � N � � � _ _ z_ _ -X m —�a_ � � Confinued Nexf Page d LOG OF BORING 1V0. �n3� 1.25 I � 3.p � 24 23 � 4.25 49 24 13 11 22 � I I I �Q � I , � PLA�� A.'IOa � Project No. I soring No, Projeci Leve� Recertificatiarl Cl�IJ �cn+t��x¢ac �sc. � 117-1�-�i�8 i ��31�1 5ludge Only Landfill - Fort Wortit, Texas Location Water Observaiions � � '- N 69��65fi.37; ��38�994.34 S�epage at 28' ci�ring drilling; w�ter at 28' af completior�; water at 28' at I Camp3etion Campleiion erld of d�y; water a# 25.5' On 'f1812D13 . �� Depth 70.D' � �ate 1 e7-13 � Sur€ace �levatlon Type �, 47fi.9 �ISA � o a� .G Q (] N :%� ��ra�um besc�ip�i�n I� _ �, � I CLAYEY S1LTY SAND, gray and tight brown, w/ — i calcareo�s nodales artci rronslonE nodules, loose to — — I medium dens� (continued) —55— r .,g�_ _ _ - 47 8.8 I ^ __ Lf�NE5�0{VE, gray, w1 shale seams, moderateiy hard a hard _ � —s�-- —7Q A08,9,_------------ a I pi N � � ' o 'n '� � � �' � N [� a e u- y rn� � .��''-' �-' �` a �� V�1 �..i �i � C� �HA j 3 Y U�1 ='' y W N C �� U� a � � � CdD.}" d(1'� JJ RJ a. C�Ci �.�..1 �UO.. I , � � � ' � � � � � � � � � � � � � � � � �tioa�i.�" � I 1 � � I I I I 100/1.25" � m v' � � � � U -'� a CmJ u7 N n � 2 a 4 m � P d LOG OF SORlNG N� ���I'i ���T� A.�Bb �M� ENGfNEERI3+IG INC. � Project No. f Baring �fo� Projeci �,�vee Recertific�tion 197-'I2-958 I �� Sludge �niy Landfitl - Fart Worth, Texas Locatian Water Observations N fi97231�.79; ��38�578.13 No seepage encountered during drill[ng; dry at completian; dry at e�d of Compietinn Compl�iion day Depth 20.0' I Date �.,22-13 . . . Surface Ele�ation iype �$7.E CFA u- a d ,� g 0. n �' � S�ra�um C�escrripfion SfLTY C�4Y, dark brown, wl occasional sandy c1ay, very stiff to hard (FiLL} -wl calcareous nodules below 9' ass.s SILTY CLAY 1 CLAY, dark brown, wTalcareous 467 6 naduiss, very stiff M `O � G1 S'� p L7 � � U 4 U' � � r N F i� z � P m � o �.o� oF soR�NG �vo ., 0 0 N � u' m O 0.5 � a �t= �'�j�J .� � � o � � C � � U � U � C � C �` 'Q p U p. (,� L] ��u- � � '= in = in axi !�� ;c N t�i � � � � o�vi � m cr� �� ara o o c c o 0 a R. 06d� �.f� YI�:! p.� �� �U a� �UQ. 3 5 22 � 4 5+ 7 � I 4 5* � 1 i 4_5+ 16 � , 4.s+ �a 1 I � 4_5+ 4.5+ 4.5+ 4.0 19 17 50 97 33 17 10S 25 �� 1 I � PL�4i� 1�1.'i 9 ; �NCIIVEERING fNC. Projeat �fo. Boring Ho. Praject Levee Recer�ificat�on 9i 1-12-158 l ��r/� Sludge C1nly La�dfill - Fort Worth, Texas Lacation Waier Observations N 697�364.44; E 238aa�2.9S See�age at 28' duris�g drilling; water at 22' at Campletiar�; ►nrater at 2�' at Compfetinn � completion en�i of day; water at 99' or� 3J3I�013 Depth 55.D' 17ate �_,� _� � Sur�ace EEevation Type � � 4i4.5 M5A u- o w � a � � N c ti 0 0 �� v�. o � � Stratum I�escripf"ron ` o � � � � o � � .� � � � � � � � I ur c� " v _ o-� ❑ C� � m'o � . .�� Sll.'1'Y Cl.AY, dark hrown, w/ calcareous nodules, uery s#iff to hard 460_5 SILTY CI.AY, brown, very stif€ to itard 444.5 SAMbY CLAY, light brown, soft to firm a37.5 SANI7, ta�, w! gravel V � �S �� y 7 7'- N3'`� � N . �� y W C� � p�N �a � a-� m E �a a o c� � o 0 r,� oC cn a.1= n. cn :.a � ci .:� a 5 � U �� � U a �} 5+ 17 � � 3.75 25 � 3 75 25 � N 4 5 22 � ) 4.5+ 9 9 � � � 4 5+ 94 58 'i 9 39 18 � � � � 4.5+ 18 � � � � � � � �, � 4.5+ 7$ 1'i3 110ap � � � �- - - � �40— - � o^ — � _ 431�5 � --- SFEAL.E, gray, wl limestane seams, soft to � - �_ � moderately hard � —45—== �--- � — 427.5 � LfMESTON�, gray, wl shale seams, moderaiely �, - hard z_ � —50— LL o I.OG OF �DRING NQ. �-4�. Continued Next Page 4.5+ I � 18 � I f I 3.75 I 87 45 't5 29 21 l45 � � 2.o ao � 1.0 59 � � { � � 10fl15" � I � � 100J2" 1 J I I zs � � � 21 � � � � � I PLAi� �4.12a 1 Aroject No. Baring No. 117-12-') 5$ �-�� �.ocatior� N 69i2364.44; E 2386542.95 Gompletfon Cornpletion �epth ��.D� �ate 3-1-'!3 � SurFace Elevatlon 474.5 C�J ENGINEERING INC, - �ro4ect Le�ee Recertification Sludae Only l.andfill � Fort Wartf�, Texas Water Otrservations Seepage at 28' during cirilling; water at 22' at completion; water at 22' at end of day; water at 19' an 313l20'f3 HSA Type u- o m n `n N 5�ratum �escrip�ion � LIMESTONE, gray, w! shsfe seams, moderately - - hard {cantinuect) -55- � �4195�---------_-�-- M 0 � m F- 0 C�J � U a L� oci � N r (� Z 0.� O m � 0 a L�G �F BORING N� � =-';= 0 o � o m a ` �',a � o � . -o � � � u- � � v� o . ii � v'o 0 0 « L� �� k w�u � ' N OC u; y ai '� ,.; "-� x N w; C3 C] p Q- c (� � � C �ry 7 �•— V7 '= N N � C . vj U� 7 W C�I Q 0? � t({ � O' � �� (6 � O p C� C O Q Q' � CO d Zr LL CA J J 4. ...5 Q. �� U ��t � U LL I 00I2.25' PLAi� �.12b CMJ ENGINEERING 1NC. � Project No, � Boring No. praject Le�ee Recertification 11l-12-158 �-� Sludne Dniy l.andf411- Fart Worth. Texas Location Wstsr Obser+raEions N 59��160.42; E a38�1'I'f.42 �Vo seepage encountered during drilling; dry at completior�; dry at end of Completion Completion day Depth a0.0. � Date 7 -22-7 3 . . . . . . . ' � Surface Eie�aflon Type ' q�87.8 CFA . o o " " � � � � �' n � `` � � -� rir t � T � � ! � o � � ��r�tum �e�cripti�n , p o � � _� a �o � ; � �_ � �� � V f3 3�� y 7 �'- u�i �� Fn m�' c Q y u�� � � � a�tf�l rom vE �E �a-o 00 � cao , � a oc w a t-� n. cn :�, � a.:.� n. c� c� �� � c� n. � r SILTY CLAY, dark hrown, very siiff ta hard (F{LL) a•5� �2 i � ��� . � 3.5 �4 1 � -w! sandy clay above 2' ��4_25 I 20 � 4.5+ � 19 l �.5+ 21 i i4_g� I 26 � 1 3.25 92 22 A69.8 SILTY CLAY, dark b�awn, wl calcareo�s nodules, C 467.8! ^hard__�--------------------- f M �I I � F � i � ' ' -: � U -� 0. U' m m � N � C) Z i � . o o � a LOG �� BORING IVO. ��� � 4.5+ � 4.5+ I 1 zz �05 �a�o 1 22 �'L�i� A.� 3 � � � CjV� �Ncin�E�x��rc vve. � Projact No. Boring No. Project LeVee ReCEI'tifi�ation 91 I-92-158 ��5� Sludge Dnlu Landfi[I - Fort Worth, 7exas Lacation Water ObserrratioRs N 68721 D2.32; � 2385'103.,57 Seepage at 3D' during drilfing; water at 25' at compfeiion; waY�r at 25' at Completian Comgletion end of day; cave-in at 24' and dry on 2127f2013 Depth g0.0� Date 2-8-i 3 , , . . . . . . � 5urfaee Efe�ation Type 473.'I HSA � o aNi _ � � � Q � �� S�ra�um �esc�ipr�ion SILTY GLAY, dark brown, w/ calcareous nadules, very st(ff ta i�ard 443,1 SANI]Y SIL"�"Y CLAY. light brown, hard Q44_1 CLAYEY SRNI�, light brown and gray, w/ sand searns 0 o � N � �'p z � 7LL' � N(�] 0 0 � � �� � �� '� a � �� � �-`�o V O 3�u' N� a•- N'S inaxi Nc �y ��a 4sl C3 � ay �? as °+ a E m� �a ro o o �,o [ a o � � mn.�- u.cn �� a� � � �� �� '�c�a a.5+ �9 1 � 4.0 17 � � 4.5+ 25 � 4.5* '�$ � E 4.5� 'i 7 113 34970 � = �j� -35-''/ �. • _ J�. . _ /� "' �' 434.1 SAND, tan � -ao-` _ � o- - -w! gravel seams below 41' �_ _ �- - � l - - m ---45 - � N ' 426.1 � - SHAL�, gray, w! limesto�e seams, soft to � -- � -= moderately hard a- ---- � - °,� -56� - � LL o�o� oF �oR�N� No. ��5�► Continued Next Page J 4.5-� 4.5+ 4.5* 91 4.5� 16 18 17 18 4.5� 80 A4 96 28 18 408 1.0 45 25 14 9 i 7 9 105 � 58 �� � � I I � � I � � � �1 Q014 25' i 21 P���� �.1�� ! C'�r ENGI3VEEkINC i[JC. — ' Project No. I Bor�ng No_ Project �,e�ee R�Certification 1�7-'12-158 �-J� Sludae �t�ly t,andfil! - Fort Worth, Texas Location Water Dbservakions N 897�4a2.32; E 2385�I03.57 Seepage at 3C' durir�g driliing; water at ��' at comptetion; water at 25' at Completion Completian end of day; cave-in at 24' and dry on 2I�7I2013 �epth 60,0' Date �-5-'S 3 . . . . . . . . Su ace Elevaiion Type 473.1 HSA � o .� u- � m � N � C u- � p � �, � � �a � � � � N� I � � � S�r�#:um Descrip�ion �° • � �' � � _ �� � �� \ a W� C� � U� V 3 (3 C p„b a Vr d' V^ 'y m -a ' ,� " ' X � ..�.. � C� E � � � 3 C N� •� � y.T � N Qf � G. y 1LJ U' � N� L9 .6) I� E�, �� LC "O O O G Q C Q O , � cx m�H- a.in �� a� a � �U �� �Ua --' 422.1 . � L1NiESTO�lE, gray, w! shale seams, moderakely - - nard , ' - - - 10012.25' -55 _ � I - ° i 0013.5" 4'f3.1---w-__----------__._-------- -60 � � � � .� , I i � l L �� � ; C �,, � 0 rn I I d � ` � U � a � m � N ri f7 z � �- o 0 o �.o� o� soR�ti� �o. ��5� � . � i ��l�q�� I'4. 1�4� Projecf Na, Boring No. 917-'i2-158 �-� Location N B972��3.91; E �3$4619.�6 Comp[etlon CQmpletion Depth �D.O, Date 1-��-13 Surface EEe�ation as�.a Pro;ect � CM� ENc�t�r���ttvc [Nc. - Levee Recertification 5ludae Only Landfill » Fort Worfh, iexas Water Dbservations No seepage ertcountered during d�iiling; dry at compEetion; dry at end of day � Type CFA � o v A Q, � � fli ��ra�um �esc�ip��on SIL'lY CL,4Y, dark hro+un, w/ occasional calcareous nodules and gravel, very stiffto hard (FlLL} P w� N c Ll. ' b� z � �� � �� � o L�L p�j rno p o�' �� �,^� ��7�/ o N��" �� � - w 7/J N N C n y C�,Q3 � 7 �Ut3 C�'J �o mU? �y,m s�� c��u � ma o o c� c o 0 cr � ma� �u� a� �� a.5 �t� �� aUa 4.5+ 22 � 4.5� 9 � � 4_�+ a 1 �a.s+ a 1 4.5+ 19 � 4.5 2'i �k.5+ 94 48 96 32 26 3.5 468.8 �B7 g SIL'fY CLAY dark brnwn, hard M Q � � ❑ � � � U � 0. f1 ud � N � C� z � � m � O o LOG OF �ORff�1G NO :. 4.5�- 24 2D PLAi� A.'15 ENGINEERING ING - ProJect'�o. Boring No. Project Leve R ert'f9 t I � 1 �� ,� � I £ 0G l C� 1011 1�7-1�-'l�8 . �d�l�► Sludge Oniy Landfill - Fart Wc�rth, Texas Locafion Water Obseruations N 697a'19�'.69; E 23846Q7.40 Seepage at 29" dur�ng drilling; water at �D' at campletion; water at �0' at Camp�etion � comp►etlon end af day; water at 19' on �12812093 ❑epth 55.0' Date �-27-'� 3 ' Surface Elevation Type � a��.7 Hsa , � —5— �, J _ 14- � J _ 9 5— _ � � y —20— _ � _ � _ ... —Z5— _ J �trafum Desc�ipfion 51LTY CLAY, darlC brown, w! occasional calcareous nodules, very stiff fo hard -stifF to very stiff, 1' ta 5' - grades brown below 9' - �rm 2�4' to 29' 0 � 4h2.7 SILTY SAlJdY CLAY, brown and gray, saf# to firm _ � 439.7 SAFlD, tan, wl gra�el seams, loase to medium — — . dense - - - XI . x —35— . - - �- - ' - � —40— - r_ _ . 0 �— — � c�i — — 428.2 a— --- SHALE, gray, wl limestone seams, soft to m _q� — � mpderately hard � __. � _ --- '--- 423 7 � l.l{VIESTONE, gray , w/ shale seams, modarafely � — — hard m —50 0 o il o w: � � � N c u. , �=p z I w i� LL qpj V1 � I� '. p `= m o'� o o y �' c�' s k�-. a��s �n a n rn(�_ti �ti a_�-�x �� A17 ca� U 3� wy �=' m= rnm . c;�• � � mo�'.�-�-" lain I�a a'._�"i a C�r°� �� $c.ia � 4.5+ 23 i � � � ` 3.5 26 � j 2_75 i 26 � � �_26 � 23 � I 4.5+ 18 ' 1 o LDG OF BORING NO. ��SI� Cantinued Next Page 4.5+ I I 18 � I � 4.5+ � 20 1 Q8 7fi60 � � � � � �I � � � 3.5 � 94 54 78 36 22 142 � i I I i i I I � 3.2� � 94 � 55 18 37 22 4 D4 �I � � � � 3.5 86 4$ 1 S 32 � 22 I 105 � � � � � I{I � I �j � I � � 1 � 4A 20 � � � I � � � � � � �' 1 � � � I � � �o to z2 � � � � � � � � � i ' I j10015.75" � � I � � ' 1 � � � 0012.25'� � � � � I I { I i ���.1�� A.'16a � � � � ,G '� Q. �. I a � N � �Ic� Project No. Boring No. 1'�i'-12-'E�a8 �-6� Location N 6972197.69; � 238460f.�0 Completfon Completion depth ��.�� Qate a-��-,�� Surface Elevation 471.Y ' CMr ENG[NEERIhlG ING - wroject �,���� RecertifEcation Sludae OnEy Larsd�ill - Fork Worth, Texas Water ObServations Seepage at 29' during drilling; wat�r at 20' at cnmpletion; water at 20' at end of day; water at 19` on 2128J�U13 HSA Type u. o ''� � n � � ��r�afium �escrip�ion , ' L1M�Si'ONE, gray , wl shale seams, modaratety - - hard (continued} r 4'{ 6.7 —55— —.._....---- ------------------- M � � � � 0 � � U -� 0. � � N N n � � �' � m W O o LOG �F E3�RlNG NO � , i� � � o M; � �� � N p:; z ' �u" �i �U, �� � � u � rn� � � �' a � �' �`G-- �' w � v� D'_ � -o _�? _ u x � m � U � o_ � C] O � C� rNjy 7 7� N� vJ QI N C.1..-' Uj W Ci o m� �.°1 �� � E �n v o o c,a � o'o [3: Cx CO n. {- Q U) J.=1 C1. :J � 5 � U �_] � U Ll 10013" P��T� A.16b CMr ENGiNE�[t1hfG II�4C � proJect No. I Boring No. Projecl Levee Recertification �}�7_��,_��g �a7 Sluc3ge Only Landfill - Fort Wort�, Texas Location Water Observations N 6972369.53; � 2384132.86 Seepage at �S8' during drilling; dry at completinn; dry ai end of day Complation Completion []epth 20.0, � Date �-22-'{3 . . . . . . j Surface �i$vation Type I I 48i.8 C FA � w, �i o � � N c !i u � a 7 � � 'p � � 7 W � � {/� �i Q j� � C N � o � N S�rafium �e�cription e � � � � o e � °' � � �q h� �ai '�` �` rx ��: �V ��a CI � � w o vcA �,a'_� aaE �� �ro a o c"� c o 0 oL �C �4aH �.sh :a� �:.:� �5 �U �� �U0. A il 51LTY cLaY, dark brown, wl occasional calcareaus nodules, very stiEF to hard {�ILL) -brown,l' to 4' 4.25 2Q � � 4.5+ 6 � 4.5+ � 1 � 4.5+ 8 � � 4.� za 1 I � � a.o zz j I � a.�+ z� ] I a sz 48 17 31 23 96 -soft to flrm below 18' 467.8,�------------------------- �' I f �� . �, a � � � a i � . � � � U � a j i c� m i � • � N n V � 2 [1C O o LOG OF BORING N0. �-� � 3.0 � � � � I 1.0 ��F��� I"i� 1 � � F� � Project �lo. �oring No. 19 7-12-'� 58 �n7�1 Location N 69%2294.5�; � 2384920.03 Completion Campletion �epth �0.0� Daie 2-27-13 Surface �le�ation 47'� .9 CMr ENGINEERING TV�IC. - Prajeci �,eV�� R����if�cation 5ludge Onlv Landfiil - Fort Worth, i'exas Watar Obsarvations Seepage af 24' during c�ri[fing; watsr at �2' at campletion; water at 22' at � enc# oF day; wai�r at 18' an 2128l20�3 Type HSA LL o m � '� fl. � � b a � Stra�um Descripiion �ES3_9 51L.TY CLAY, ctark brown, sfiff ta hard 51LTY CLAY, brovvn, wl occasional calcareous nodules, very stiff to hard 447.9 I SANOY CLAY. lig�it brown and gray, stiff _ � �3�4.9 SAN�}! C�AY�Y 5AND, tan, wl graval, medium � de�se _ _ . X ��Q r . X —35- - 432.9 L11N�STONE, gray, w! shale seams, moderately ��— hard M- a_ �- - �- � —a�— �- � d �- m �-5Q— 421�9-----__ n � � a O m • � 0 o LOG OF gORING ND_ ��7/4 �. a N , � L]-' al � 'a Z ' � u" � �' i%J +: - c '� � o lL � CJIa Q \.�'�' � C �,` 7 1� 3�% UJ o `vid'� �ti .�.: U`_ U�C ,�y pU �pa� U ❑ 3� N7 "a•- in"= inm yc r� c�E� w d o m�? c�,� a-� ro� ta� o o ca c n a � � mn.�- a.rn �� a� n.5 �U �..� �c�a a.a za 1 � 3.25 ZZ � f 3.25 23 � � 2.75 8& 55 18 37 23 � ,�,�+ 19 I � I 4.5�- � � 4.5+ � 1 � 4.25 � � � I 3.6 � � i � 2.75 � � � � � 75 � � � � � � � � � h 00/2.25'' � � � � � t aars�� I I I I � � oorz.5�, � i6 1 17 l 1 84 A4 15 29 19 �09 , 18 114 6210 5T 33 17 16 'f7 909 23 20 P L�►�'� � .'� 8 CM� EIQGlNEERfNG iNC, � Pro)ect �10_ � Boring No. Projact Levee Recertificat�vn q�7_��_��g �o� S�ud�e Only Landfiil - Fort Worth, Yexas Lacation Water Observations N 697�T40.02; � 238�85Q.10 Seepage at't�.5' during drilling; dry at completian; dry at end of day CorrEpletian Completian ❑epth 20.0. date Z -22-9 3 . . . . . . Sarface �tavation Type 487.5 CFA I � . �� n� .� � o ayi .L] p_ p � � ��ra�um �e�cr�p�ion SILTY CI..AY, dark brown and brown, very stiff io h ard -w! sandy clay, 1' to 3' �17a.0 51LTY SANDY CLAY, brown, stiff �467.5-------------�__._.-------�--- MI �' � r ca c7 � � U C�7 � N N h (9 2 a m o LOG DF BORWG NO, ��S � o � o �LL N `o a Z � � u- m� cn I � o � � Q" � o� 'c�'�i � � �' � �v 0 c� ❑ 3�u' N� �� in• r�naxi '�c �� c�E� lll f� G% N� cu,m 6� �� �-� o p ca c o 0 Q,' [� mdF- �[I)_JJ EL� �� �U �.J �Ud 4.5+ e I � 4.5+ 6 � � �4.5+ 5 � 4.5+ z0 � � 4,5+ 19 � I � ja.5+ z� I �a.5+ , za 1 , 1 � l � � , �.� Z� � , I ' � 2.25 58 47 16 31 24 � � � P LAi� A.'� 9 � C� ENG]t�fEEAING [f�fC. � F'ro�ect Nn_ Baring No. Project �e�Ee Recertification 19�-1�-�158 � �-$�► Sludge Only Landfill - Fort Worth, Texas Loc�tion Water ObseNatians N 69i2715.2�; E 238396D.55 Seepage at 30' during driliing; water at 23.5' at campletian; water at 23.5' CampleEion comp�e#ion at end of day; water af 'i9' on 3111�013 Depth 55.Q� Date 2-28-13 5urface ElEvation Type , �75.9 HSA u- o w s � a 0 � f!J �tra�um Descrip�ion � SILTY GLAY, hrown, w! calcareous nodules, very stiff ta hard [possible fiA) �#72 9 SILTY CLAY, dark brown, w! occasionai calcareous nod�les, very stiff to hard -grades brawn and gray balow 94' 4.5} 4.5+ 91 4, 5* 3.75 $5 54 18 36 18 108 4.0 46 l5 31 20 111 �46 9 SIL'TY CLAYEY SAN�, brown and gray o . � N � o� z o �3j �•y�-�� p ��� Q}P OP O a��+ �i � �� � � r�j�� C �` V� V .�+ N❑C� = G.� (� p a1 �� y 7 •� =s' '�n'_ in m N� � y c� �� uJ C'1 � a� u? m� o� E ca �+a v o o c,o � o 0 [� c� ma� am �� a_s a5 �U »�[�a 4 5+ 'i 9 � 3.0 21 � � a_5* � s 1 � a.e+ �7 1 � 4.5+ 17 1 I � _ � _ � _ 441.9 � X SANO, tan, w/ gra�el ar�d sandy c{ay seams and 3��` K Iayers, m�e�i�m dense �, _ _ x X � ��`, rn r— — . n �_ _ U _ — — - 432.9 SHALE, gray, wl limestans seams, moderafely hard m —4J � % 430 9 � Llryl�$TONE, gray, w1 shale seams, moderately N hard ri - � � _ z _. m —�50— o LOG OF BORING NO, �-8�o Contrnued Nexf Page J 1.0 59 26 i5 �i 18 'E07 � 10 � ' 42 25 � � � �} 4014.25' � �� ��a 27asa� 1 �s 1 i8 17 i7 I I '� OD12 75` � I � ��AT`� A,20a � I I I � .' C� EiJGINEERING INC. - ProJect No. � Boring No Project LeV�e Rece�tification q�7_��_��g �o$/� Sludge Only Landfill - Fart Worth, fexas [.ocation Water Observations M 69�27�t6.29; E 2383960.55 Seepage at 3a' during driiling; water at 23.�' at co�tpletian; rruater at �3.�' Compfetian Complet�on at end of day; water at'19' on 3I112043 �epth �5A. oate 2-28-13 . . . . . . � � Surface �levation Type 47s�.9 HSA V- 4 03 � ('�i{ . � LL I � � a � � C Q b �� � y V � � � . 'O .� o � � � � tl1 � � � � �f�a�um �escripfiion � � a N � �� � o � a w � � � o U c a � VQ 3 � � -� > , �� •- �ur '= u� m � c .-� vi ul C3� o a c!) � m rr E I �� �'a o o c,� � o 0 \ � � 000.1- d(�1 -�J �.J [].� LU �J aUO. � I.IMESTON�, gray, wl shala seams, maderateiy — hard {continuedJ , ± 1 �012.75` --55— 420.9-----------------------__------ '� I I f � 'I I :; I � M O � � }- O I � . � � U � I G' � ro � N n � Z � � I LL 0 o �oG o� soR�N� No. ��SA ��,�T� �.2Qb C� ENGlN6F�RING 1�fC. - pro�ect EVo_ Boring No. ProJect Le�ee Recertification ��7_�a_��g �-� Sludge Only l.andfiN - Fort Worth, Texas Location Water 06servations N 6973150.31; ��3836�9.87 No seapage encountered during drilling; dry at cnmpfetion; dry at end of Completion CompEetion day bepth �O.U' � Date q -22-9 3 . . . . . SurFace Elevatlon Type �87.� C�A � o � � 9 A. Q � � �f�a�um []escripfiivn 51LTY CLAY, dark brown and t�rawn, very stifF to hard (FiLL) w! calcaerous nodules a�c[ gra�el, 2' to 3' 467,7—_....._------------------._'_._ M 4 f� H � ::� � U 'a c7 � � N ti � x � 0 0 o LOG QF SORING NO L--"�7-' w 0 � �� N a'O � n �j V' d� U� 0 0 �� c' ' a�'•� a� �'' �p�o . (� � �y� LL N ] �'- N "= �++ W 'n c f7 � U � � tu d o m� �� �� ro� �ta a o c�' � o a � a m�t= a�n .a� �� r�5 �U �� �caa � 3.25 25 f 3,5 21 1 � �4.5+ 9 1 I e}.5+ 16 � I 4.5+ 17 �E.S+ �.5} 18 20 � � I4.5+ 93 58 19 39 21 I � � � I 3.5 22 �LAi� A.�1 � ENGINEERING INC. � Project No. Boring No Project Le�ee RecertificatiQn 11�-12-15$ � ��9� Slucige OnEy Landfill -�ort Worth, Texas Location 1Nater Observations H fi9�322"T.2�; E 2383749.7 Seepage at 28` during dri�ling; water at �3.�' at completiQn; water at �3.�' Completlon Completion at end of day �epth 6D,0' Date 3-3-'13 � Surface �levation Type I , 47a.8 � FiSA w o ol'w ,c '� a ryy N c li � Q T � �•� � ` � � � a ti- ��� Sfra�um Descri pfiion o o�� �� o U� � � e a��� N , I � w�ti _N ui "r� - �.� .. x N� ❑U � a.� I � SILTY CI-AY, dark brown and brown, wl calcareous nodules, hard (�lLE.) 471.8 I SILTY CLAY, dark brown, hard �sa.s , siL.TY GLAY, brown and gray, wl calcareous ' nodules, very stifiF to hard 449.$ SiLTY SANnY CLAY, brown and g�ay, sti�f _ %/�/f �444.8 SAND, tan, wl gravel and sandy clay seams and - ` Eayers, medium dense —35— � m - - _ � —s}Q-- - Q_ � c� - - . I �_ w U '7 _ - _ a �_45_ . I �— — � - 427.8 z y LIIYIES'fONE, gray, w/ shale ssarr+s, moderately m _5�� hard w 0 U 3 � N� a�� a H a� , c� � � ma�-�-' acii .�� �� [i G �t� �� a[�o°. 4.5+ 98 � �4.5+ 16 � 4_5+ 16 j � 4,5+ 94 15 � � 4,5t 17 � i i � 4.5+ 16 I i I 4.5+ 95 59 19 40 1B 1i1 { o�OG OF BORING NO. �-9A Continu�d Next Page � 4.5+ A.5+ � 3. T5 i8 17 20 709 6020� � 1 � I 2.fl 6C 20 i I � � 11 24 + NP NP NP 37 � � � � I l � � { I1 1 � I I �1OQ13.25' I i � ��� T� �.ZZ� Project No. Baring iVo_ 777-72-758 . �i��%� �acation N 6973227.24; �� 23$3749.7 Cor�pleEion Gamplstion Depth 60.0' Rate 3-3-� 3 Su�face Eievation A7�.8 Project �.�vee Recertifieation CMJ E�cYN��.nnvc rNc. - Sludqe On�y Landfilf - Fort Worth, i'exas Water Observ�tions � � 5eepage at 28' during drilling; water at 23.5" at compEetion; wa#er at �3.5' at enci o� d�y Type HSA � o a� L � O. o ' � Siratum �escrip�ion , • � LIMESTOHE, gray, w/ shale seams, moderafely J � hard (continuadJ ,��� —6D' 4i5.8____ M R �. � H ❑ :.7 � U 6. [:J � � N h � z � 0 � � 0 o LOG OF BORING I�EO : • y 0 pj N � LL o� z o �� '� y r'r ° � ro t�° c" m� � � G.) rn \ o N Q \ � �' �: 4 � +n � I.� 'N q> -a }; � ' ;� X y ;? p C3 � a. C w C7 �a�r�? �� �E �� mv oo �"' �oo � � aaa4-- au, :�:� a.:, a c�c> >� �c�a 10014" f 0012" pL�T°� A.�2b i i �,'�. ENGINE�R13�fG 1NC. � Project No_ I Boring No. Project LeVee Recel tifiC�tiOn 917-12-158 �-� 0 5ludge �nly Landfifl - Fort Wort�, Texas Location Water Observations N 6973�58.94; E 2383366.$ Seepage at 39' during drilling; water at 37' at completian; snrater a� 3'T' at CQmpletion complet;on end of day, water at 36' on 12f19120'i 2 aeptn �0.0. � oate 12-18-7 2 . _ . . . . SurFace �levation Type 487.3 ��A � . � n � � i N � u. t � ¢ m �. �� o,c o o �� � � v , � . v Z _ N �3 °� � � S�ra�um �escription o �, � o e � � _ � � N � ' � in� �o :o` "` w x �:: �U C Q'c � (� � �r=� � i �� m• +nN Nc r.��j c��� W � d�(� �N a� [3� �'d Op C Cq0 OC � L[] d F-� � SA :� -i �-i LL �� U �� 7 U 0. �/ SfLTY CI.AY, brown, w/ calcareous nodu[�s and 4.5� 12 11 - ironstone nadules hard (FfLL) � 4.5+ - � a 5+ � 14 ` - - I I-5 �� - i � = I � + —'I�- i i —l5 —24 � � � 4_$+ 17 � 4.5+ 18 � � i � � 4.5-r 95 57 19 38 17 � 4.5t 20 � I I � � J��� � _ 460_3 ' ; � j SILT( CLAY, brown, light brown, anci gray wl , � caloareous deposiis and ironsfone nodules, stiff to �- ��% VB[y Sllff p —30- `� � � "" � � � � �-3 I _ �, � � 449.3 .. SiLTY CI.AY�Y SAND, light brown and gray, wl M- — ironstone nodules, medium dense �_ o �SO . �%� • � ` �/// U ^!�' � - J/ .' � � i � —G�a � � - --'/� r F � - �� ���.,� � m ~54�",� a " LOG OF BORING NO. ��'� O f � J Contrnued Next Page I 4.5+ I � i$ 4.5+ � 92 ' 66 22 44 23 102 +1.5+ I � � 22 � � � � 4.5 89 47 'f6 31 20 106 I � 2.75 20 110 5900 � 1 75 21 0.75 �#8 2B 13 13 19 � I 2'� PLAY� �1.�3a # 'E 2 Projecf Na_ Baring No. �����Z���a �4�0 Lacation IV 69i3s58.94; E 23833&6.8 CompEetion CompfeSion oepth 7a.�' �ate 9�-� 8-� 2 SurFace �levailon 4$7.3 C� �CdGlNEEf{IASG ]i�3C. -- Project Levee Recertification Sludqe Only Landflll - Fort Worth, Texas Water Observations 5eepage at 3�' during cfrilling; watsr at 37' at corrtpletion; water a# 37' at end af day; water at 36' on 12119l2012 HSA Typs u- n c"'u .� Q � � � S�ratum �escriptien _ ��'.• SII.'iY CLAYEY SAND, IigMt bfowr� and gray, w! ironsfone nodu[es, medium der�se (continuedJ � � - wl graval searns, 52' to 6i' _ � --55 �� _ �'� �. _ J�. �. � �� _ �'�� . --60--��`; ��: �' _ � 426.3 1.IM�STONE, gray, w/ shale seams, mod�:rately i — hard —85 , ,70 r 47 7.3 � q � H O L� � � U O. U m � N � i'J Z � O � LL � � 0 � 0 Qi N c tc. O� z n � u' � tN1� (�7 \ o �� c` 'U� o� � �aJ �� C�"+� U � }j G Li" �� 7'^' N= N N c ; � ut C3 � mv? � a� �E eo ��-� o a c� � o 0 � oC ro a �— a cn =a -, a:,7 n. �� c.� � r � U a' � � � I I I � � �10013.25' � �1 pQ/3.25' �OG OF BORING NO. �-10 ���i� �.23b C� ENGINEERING INC. Project No. Boring t�o. Project Levee Ftecertification 1_17-1a-15� � ��'�'� Sludge Only Landfiil - Fort Worth, Texas Location Water Observations ' N 69i3918.72; E Z383478.�4 Seepage a# 3�' during drilling; water at 38' at complekion; water at 38' at Carr3ptetian Completion end af ciay; water at 37' o� 1�12112D42 Depth 7f?,0' � �ate 12-20-12 I5u�face Ele�ation Type �8i.1 HSA w � � o �t o � o .r .fl � y�, � o � � � ��` 'a ° o- � � � � �iraium �es��ip�ion I � a � � �o p U� � � � �,� � � � � Il; �uj y'O �; -,� ;.7 ?C y m Q N U� 7 � � d � a�iN c`�a.� v� ��� �� o o �p c o 0 � a caa� atn :_,� a_, n. ��c> >� ��a _ �/ CLAY, i�rawn, wl calcareous nodules and ironstone � 4.5�+ 45 � _ / nodules, very stiff to hard (FILI,) � 4_5+ 13 � _ � � � � �� �4 i _ � a.5+ 17 � - { 4.5+ 19 � _5 • � � � � _ 479.1 � � 4.0 23 � SANDY CLAY AND CLAYEY SAiJA, browo, light � brown, and dark �rown, very stiff to hard (FILLj � q,�+ 32 22 13 9 70 _ 1Q�� i � � � _ � � _ � � _ � I � —1� � 3.5 51 32 13 i9 2i 106 , _ �� � � I � � i 466,1 SILTY CLAY, dark brawn and browro wl catcareo�ts nodufes anci iranstone nod�les, very stifF to hard = J ✓� 450.1 SANDY 51L7Y CLAY 1 SANOY CLAY�Y SILT, light brown and gray, wf calcareous nodules and r'- � lranstane nodules �—aa� � � o � U T �� C7 � �' �_a�� r %�' -wl ravel seams 46' l0 60' r - �'�� . � � - J//� � - -�//�� m--50�'""^- ol � �OG O� 60R1NG NO_ �-'�'� i i � ' j � 4.5+ 20 � � � � � � � { � � 4.25 � 23 1t�5 8450 � � � � � � Go�tinued Nexf Page 4.25 3.5 21 21 I I � a,5 59 26 14 12 21 106 � � I � 1,5 76 25 I � � � 9 26 � PLAiE A.Z4a �� BiJGi11HER1NG INC. � Project No. Boring No. Project ����e ��certificatior� "197-72-9a8 � �-'�'� Sludge Only Landfill -�art Wnrth, Texas Location W�Eer Qbsarvations N 6913999.72; E�383018.24 Seepage at 39' durfng driiling; water at 38' at completion; water at 38' at Completion Completion end of day; water at 37' on 1�121I2012 Depth 70.D, I Date � 2-20-� 2 � SurFaca Efevation Typs 487.1 �427.1 HSA �fira�um �eseripiian 0 � o �� m � 4 } �; �y O 6' � O Ob � o T o �� � iy� 0 0 � � C� � U� �L] � � �� C �T7 y�LL; d a- x m❑C-.-� o ac (� p � � N 7 � '.`-. N � �f1 � � C ".� y U E � W C� � N u! t6 .m a' � �� fd'CS D O G C P O c� tx mar acn :�� a.� a c�t� �� �c�a SAt�DY S1Li'Y CLAY 1 SANDY CLAYEY SILT, light brawn and gray, w! calcareo�s nodt�les and ironstone ncsdules (continued} W�I�i�NE, gray wl sha�e seams, moderately har o hard 417.1--- -----------� ---------- — -- — � Q � r- 0 � � U 0. L9 � tn N r ('i z � 0 o I.OG OF �ORING NO �-9 '9 � � � � � � � � ` � I I I h d��2.75� I' � i 001'I .5'� PLAiF A.��b � u- o w r � a E a `� � , C� ENGINEERiNG INC — Ptoject t�o. I Boring Na. Praject Levee Recertific�tiofl 14�-12-468 �R'� 2 Sludge Oniy Landfill - Fork Wor�h, 7exas Location Water Obseroations �3 697�4�Y8.34; � Z3834�7.D2 5eepage at 46' during driiling; water at 3�' ai completion; wafer at 35' at Campletlon j Gamptetian , end of day; water at 36' an 121�Sf2�12 I]ept�t SQ.O, I Date 12-��-�2 I Sur€ace Elevation 7ype � 486.8 MSA � � a a`�i � a � �'� � �fira�um �escrip��on SIl,7Y GLAY, Brown, wl cafaareaus naduies and ironsfone nodu]es, hard (FILLj w/ dark brown above 2' 468.9 ST�7Y CLAY, brawn, wl calcareous noduies and ironstorte nadules, very stiff to hard 453.9 Sii.l'Y G�AY, Eight brawn and gray, wl ealcareous nodules and cEeposits, stiff to very stiff -wl sand searns beEow 37' r � �%/' � --40 � �_ �" % v � 0. � N-45� �� � � � z- �a� m —50 '- � � 0 o �o� o� �oRi�v� n�o. ���9 � a 61 N � u- � D Z e � ly �'� 6 � � NEi �p �� U` v � G7 �V G Q� (i � ar�w' N� 7•- V!w V1N �C +.+y � LC O�G fA�}- 0.rh '�`�� a.:.:.1 �� �U ���.I �U[L 4.5+ 7 � 4.5+ 12 I I4.5+ 7 6 i 4.5+ 16 j � 4.5+ 17 � � � I i � 4-�+ � 7 � � � {` �4.5t 17 � I � � � � M 4.5+ 91 59 i9 40 21 � � i i � � � 4.5+ , 98 � � � f ( I 4 j 4,5+ 98 55 18 37 2'i 145 � � � � � � � � 4.0 21 � � 1 3.0 21 1a9 5D90 ' , � I2.b ifi 49 l6 33 19 107 � I � 4.25 92 23 � � I 2 5 23 � II ContinuedNexfPage PLAo`i°l� R.�Sa l �'� ENGIN�ERi1VC SNC. - 1�raject No. I Soring �ko. Project Levee RecerEificatian ��7_�2_�5g ��'� � Sludge Only Lanrlf911 - Fort Worth, Texas . Laaation Water Observations N 6974278.34; E 2383���.Q2 Seepage at 46' during drilling; water at 37' at completiort; tuater at 38' at Completion Cvmpfet�on end of day; water at 36' on 12I�81Z012 t]epth S�.Q� I Date 12-17-'12 � SurFace Elevation Typa 486.g MSA u- o `� � a � � � S�ra�um �escripfion �, _ = y�� 435..9 - � SANDY CLAY, light brown er�d gray, w1 calcareous nodules and ironsfone nadufes, firm - � —55 ��� _ „/ / 429.9 CLAYEY SAND, tan, w/ gravef seams _ � --EO-J/ �.. •. _ �����.�'. _ J/�" _ �'��.. _ �`�:.. ". —65�� _ �� � • _ J�:• :� � 418 9 _ LI�E5T0{YE, gray, wl shale seams, modera#ely � ard #o hard `-70 -,- 406.9____------__._----------_---- r w �- p � � U y {i � v� N ti � Z SY. d d o �o� o� �oRiN� No. �a� � 0 � c �- Cv O� � c �'Ly N"N� �_ a � �—" ° �b ' s� '� � s oU = �.� vi � ly; ti a - X �; o c V O 3� �} �'=' �in=' �nw �!'� r,� uEa f11 C.�i oNv? so.� o�� NE �uro oo c,p �ao � oc ma.t-- n..cn �� a� a.5 �t� �� �U0. � � � � � � 1.25 54 � � � � � � �� � h 00(2.75` � � � � � 100l1.5'` � � � � � aor2„ 18 0 �l��T'� �.25b } C� ErifGI1�[EERING I13C � Project No. Boring No. l�rojecf Levee Rec.ert�ficatiar� � � 9'�7-12-7a8 l ��'� 3 Sludge OMy Landfiil - Fort Worth, i'exas l.ocaEfon Water Observations N 6974325.81; ��3835�Q.37 No s�aepage ertcountered during dri!ling; dry at completion; dry a# end of i Completion I Completion day; dry nn 1171�412 Depth 2�,0' oate 12-21-'12 SurFace Elevatian Type I 487.5 C�A � � o a a� �I� � `'di I� c�- i � ' �, I �� c o o `� y Str°af:um �escrip�ion o e � � �,� e � � � " � � � ' � N R' � 'o � v� � }� .� v O C) �p n.'+� U � ��[I' y� �7 •- N� •V7 4f N C w Vj tl� j lu CJ � m�? , ro.v a� � E m� o o c,n = o 0 � � m a�- c�. us .� :� a:� a.. �� U� � a ta a � �' SlLTY C1.AY, brown and dark trrown, w1 calcaraous 4.5+ 12 i _ � nodules and ironsivne nodules, hard (FILL� � 4.5+ 12 � � _ 4.5� I 'i4 � 483.5 4.5+ 15 � SlL�1f CLaY AND CLAYEY SA�tEa braavn, light 4.5+ 33 6 � _ 5� brown, and dark brown, wl cafcarsous nodul�s ar�d � I � I gravel, hard (Fif.L) I I � � 479.5 4 5+ 12 SILTY CLAY, 6rown and dark brown, w/ ironstone � � =nndules, uery sEifF to hard (F1LL) ��.5+ I i 22 � � _j I � � _ ! I 1 _ I � i l I _,� � 4.5 89 57 18 33 23 j 100 � _ //�471.5 � � 51l.TY CLA1C. dark brown, w/ calcareous nodUfes, � _ % very sfiff I I � _ ��� ' I I 20�-'� 467.5___--------- 3.5 26� 102 8820 � °' I • � I � � . � f- A � , ' U I � i a C7 u°i N r I C� Z LK . � m u. � o LOG OF BORIf�G f�0. �-13 PLAT� A.�6 ` CM� ENGIidEERING INC. � Project No. Baring I�o. Project Le�ee Recertification 197-12-'158 ��^'� 3� Slu�ue Only La�►dfill - Fort Worth, Texas Location Water 06servations . N 697�38�.�44; � 23835�14.7 Seepage ai 19' during drilling; water at'f6' at completion; waterat 16' at Completion � Complet�on end of day; water at 14' on 'i�l1712n12 aepih 63.0� Daie q�-.�3-12 SurFace �levation iyp� r}�� .g FiSA �tra4um �esc�ip�i�n 5lLTY CLAY ! CLAY. dark brown, w! calcareous nod�les and irans#one nodules, very stiff to hard -grades brown below 4' 461.9 SEL7Y CL.AY, light brown, wl ironstone nodules, siiif ta very stiff -w! gray, 26' to 29` a42.9 51L7Y CLAY ! SANI�Y SILTY GI.AY, �rown, wl ironstone noduies and occasional calcareous nodules, stifFto vary stiff 432_9 SIL7Y CLAYEY SAND, light brown and gray, wl sand and gravel 5eams, firm to stiff W �� o,— c� — �_ � d� � �5� � �_ �/ ti - J/ _ �/ z _ J�` � � _5 /� LL 0 o��G OF BORING ND. ��� 3�► a o � N G �'� Z ° �� � yfA c� o � r� y � C� ' �` 'mE°�L'� -� ai 'a� '.��.' � x � m 0(� � is.� W C�'1 �a�i�? m�',a�_-E �E �v 'oo c�' `�coo � � m�i--,acn r.� a.:� n.� �c� �� �Ua 4.5+ ' 22 � � k.5+ 17 � � 4.5+ , i 7 � � 4.5+ 97 � i a.s+ 1� 1 Cantinued Next Page 3.5 4.25 � a.2� i i i I 2,5 96 i � � � I 3.75 � � 4.25 23 105 60i0 23 20 22 19 22 2.5 84 43 16 27 23 101 ` 2.0 � � � 1.z5 �4n � � � � 17 22 � �L►4i� d.2�a LL o m � � �. a E � y � m a � C� ENGII+IEERiNG iNC. Pro]ectlVa_ � Boring No. Prajeat Le��e RecertifiCatioli � � 117-12-1�8 ��'I3� 5ludge Only Landfill -�ort Worth, Texas Loc�tion Waier Observa#ions i� �974387.44; � 2383544.7 Seepage at 19' during drilling; waier at'16' at campletian; wai�r at 76' at Compleiia�l � Completion ! end of day; water at 14' on 'i2117/�Q12 Depth �3.Q' 13ate .� 2-13-12 � I Surfaca ��evation Type � I . 4i7.9 ` HSA � � � � o u � a. t� nai , � t"'i. a. �, � ' o� a o �I �o�o� A �� �" � ��ra�um �escripiion � � Z. e o � m.: ��" � �� ; ; � �� o � , .�, � � � � � � �ii �� ti?�.: aw: r. w. a� r3� o�c '� U � � c � > � •- ui •- ur a� .� � , y n � � u] Ct op�V? �m v� �� eu-o 0o c� �oo � � m u. �- a sn :a .a o, :.:, n. � � U I � ._.r I � U � � �i SfI.TY CLAYEY SthfD, light 6rown and gray, w1 ' ' � � �� sand and grave seams, firm to stiff (cantinued) I _ 478_9 � LINIESTONE, gray w! shele seams, �noderat�ly � —5� � hard I 0012.25' � - � - � - � _ � � �6�� 1 Qa11.5" � _ I � � � � 408.9_ _ � � _ 10013.5" � - ----------�.__-------- I m � � M 0 C7 � U � 0. � m � � � � � O ro i LL � o LOG QF BORING N� ��'� 3� ��,Ai� ►�.27b C�J EMG1tJEERING iNC. � Projact No. Boring No. Projecf Leve� Recertification 11i-� 2-158 I �-'� 4 Siucige Onfy Landfiil - Fort Worth. Texas Locafion Water Observations N 697�3330.38; � 238405't.88 �10 seepage encountered during dr911ing; dry at completian; dry at end of Cnmpletion � Compietion day �epth �d.0, Date 9 2-21-� 2 . . . . . . � Surface Elevation Type 487.6 C �A �- o ayi ' � o, � d , N � ��ratum �escription 51LTY CLAY, brown arld dark brown, w/ calcareous nodules and Iranstane nodules, very stiff ko hard (FILL) 0 o � N C �� Z � o �lL N �Cli � iL � CISa o b ,�-.-�' �� 2' � 1.�-' �1 �r 0 4 c n � wm ❑� cpn-n U C.� �i a� y� �'� N� N Q3 N C � �j C} � 7 W C� Q wU? �.N a� m� �sr� o o � c o 0 DC 0.' [4Q]-, dCn �-t d� �. ��U �� �U[l. 4_5+ 12 4.5+ 13 � 4.5* 14 �4_5+ '[ D 4.5�- �7 � 4.25 �4.0 2b 1 � 2Q '109 8$80� 1 1 4.0 98 59 3 8 41 22 � 1 467_S___....._--- _--_----- M R � )" n c� � � c� 'a � � �n N n L} z � a m LL 0 o L.C�G OF BORING NO �n14 4.25 za �LAi�, A.�S , C� E3VGINEERiNG INC. I Projeot No. I BoriRg No. fi'roject Le�ee Recertiffcatio� � 917_12-15g i �e"� ��► Sludqe Only l.andfiil -�ort Warth, Texas Loaatian Water Observatians� , N 69ia392.72; ��384D50.8! 5eepage at 28' dur3ng drili;ng; water at 17' ai completian; water at 17' ai Campletian Completion end of day; wat�pat'i5.'�' on 1219312Q12 Qepth 63.0' Date 12-12-"12 I , Surface Eleva#'ton Type I �i71.4 HSA �: � � � o .0 "O I� L C71 N .� O� p. O e � .N C O .— � � � Str���um �escr.iption � . � � �` o �� � � � �,� � � N C!J#Y, brown and dark hrawn, wl calcareous � nodu[es and iranstane nodules, very stiff to hard 451.A SfLTY CLAY, brown and gray, +N! ironstone naclules, stif# I C] � 3��" y� �'= t'il=' m n� �!+G pU C�1�' W C� � a>� m� �sE ca � mv o o'GA c o 0 � rx mn.t� �cn :�a a� o. � �c� �� �c�a 4_5+ 10 � I I 4.5+ 1 S � f 4.5a� 18 � 4_5+ 19 � a.5 98 59 22 37 '{9 I � i � I 4-a+ 21 . � � � ! 4.5+ 2o I 44� .�4 i SIL1Y CLAY. dark gray, vul ironstone nodules, stif� _ %' 433.4 SANDY CLAY, Ilght bcown, sOft . � _� � - w � � _ � 429 4 co — SA D, tan and gray, wl gravel seams, madium c�i — — dense a ' ' x m—A5— � : • , x N _ _ . A — i� y __ _ _ � .. m —50— � _ � o LOG O� BORING NO_ B-1 �,� Continued Naxt Page � 4.5� 22 � � � � � � 3.75 22 106 678Q � � � � � � � � I { � 2.5 23 1 j � � I � 2A 80 48 49 29 25 � � I � � � � � � 2.5 23 � � � � 0,5 17 � I I � I � � � � i5 15 14 � 1 � l I 1 � I I PLAi� A.�9a � C�� ENGINE�RING INC — Project Ma_ I Boring No. Proj�ct Le�ee Recertification ��7..��_��g ��'�Q,� 5ludge Qnly Landfill - Fort Worth, Texas Locatian Water Observations N-69T43S2.7�; � 2384Q5D.37 Seepage at 28' during driEling; water at 1�" at campEetion; water at 'I�' at . Completion j Completion end of d�y; water at'E5.5' an 92f93I20�� Depth 6�.0� j aate � 2-'t 2-'t 2 � Surface Elevation �ype 479.4 IiSA u- � � ❑ � fA ��ra�um �escripfiion � - ' SAND, tan and gray, w/ gravef seams, medium � — � dense (cantlnuedJ � _ - a� a.a �� LIMES�bN�, gray, wl shale seams, moderaEely � - - hard —55 - I -�o � � 408.4—_,.,,_----------------------- 0 ti pj N � "� z Q �u- � Nu�v�i � o y�� c� .o� �� �� x, � u�i �U � �-C U� 3� ��> >= �" �inm u'c +^vi W d � mv% co � a'� ca E ma o o � � o 0 aC � ma1= 4vs JJ a.a o, ��c� �� aUa 9 00/3" � oo�z.25� �ooii _�� M � � r- ❑ c7 —i � U � a c7 W � N h (.7 z a 0 m � o LOG OF BORING NO J f / � PLAT� A,�9b C� ENGIA€EERING [NC. Project No. Bor9ng No. Project Levee ReCBrki�ic2�tio11 11�-12�158 I. �-'� � Sludge Onty Landfill - Forf Worth, Texas Location Water Observations N�974333.99; E 2384650.89 [Vo seepage encauntered during drilling; dry at completion; dry at end Completion Campletio� of day l�epth 20.0' �ate .1 �-21-� � Suriace Efevaiian Type � � � 487.�a CFA i � u- � w � p N Ul S�rafium ��s�ription _� —1 --1 —2 I . _ SIL'i'Y CLAY TC3 CI.AY�Y 5AND, daric brawn, brown, and I[ght bravm, wl catcareous nodules and � lirnestone f�agments, hard (FILL} 4€33 5 51LTY CLAY, brown and dark brown w! calaareoWs nadules and ironstone noduies, very siiif ko hard ; (FILL) 471.5 SILTY CLAY, dark brawn, rNl ca�careous nodulEs, , very sti{f R67.5____ _ m v � r ❑ c� -; � u � a ca m � N n � Z K O m LL O o LOG �F SORiNG NC7. ��'I � � I pj N c �%- c � o ' • a o � =p z c '�'i a� � cn d o �� c� o a� `i � � �`' ��'v U C] 3�U" N.�i �� N= �tn N N.c � y �� lu C� �w�? m� arE �� �na ao � �ao � � mf1H o..cn :.1J a._, [L� �C3 �� �Ua �}.5+ � i 6 � � b.5t i0 � � 4.5+ 59 1 p � 4.5+ 7 � � �}.5+ 20 � � � � ' 4_6+ 'i 9 j � � � 4.0 20 � � � I � � 4.5+ 98 22 � - � � � � 4.25 9�1 71 24 47 23 � ��AT� �.30 �� ENGIAIE£RIMG INC � f�raject N�. Boring Na. Project �,evee Recertificafian 91?-12-458 �o'� 5� Sludge Only Landfill - Fort Worth, Texas l.ocat�on Water Qbservations N 69��4389.33; E 2384�49.14 See�page at 23' durir�g cirilling; water at 21' at corr�pletian; water at �1' at Camptetion Com�leiian end of day; water at 1T' on '�2112I�012 Depth 7�.0. � �ate 12-11-12 _ . . . . . Surfaae Efevation Type 4�2.� H5A cn 0 11. o al ry � r�i .G � � � G O o 7 LL �'� O- � Vi � o � Of w o �."-��' ��' Z' � W� I�i Q � S�r��um �escrip�ron , o��. �_ �� �_� Q � C a� 5lLTY CLAY. dar[c brown, brown, and gray, w! ironstone nadules, very stiff ta hard - St�ff � 8� to za� 444.2 SA�ipY CLAY. lighE brown and gray, firm �#39.2 SIL'CY Cl..AY, dark gray, w! ironstone nodules, siiff to very sti� � —40�� � � � o � � - U- � - firm 43' ta 49' Q- / � —45 � �- � �,�-� � %// 423.2 o_�0�� C�AYEY SAND, tan and gray 0 o L,�G Q� BORfNG NO �-1 �A V A ��u' � y �= n= w m y G �- N c w C3 � m� m� o-� �� ��a a a c g o 0 0. OC cD L1 I-� 0. cA ��1 �� 4- �� U a� � U d. 4,5+ 18 � a.5+� 21 � 4_5t 20 � � 4-5+ 19 � j 4.5+ ' 1 g � � I4.5+ 92 21 � � � 4 4.25 23 � I � I 1 I � � 4.25 Z'� � � � � � I � Continued Next Page 2,25 82 40 15 Z5 20 1D6 � 1 � 1.75 91 �40 17 23 23 143 � � � 4 j I j � 1.0 22 1Q6 1210 � .>., 1 � 2.75 3.25 1.0 2S 24 23 Q.5 35 18 � p��Y� �►.31 a � � ENGIiYEERING 1NC. �7 Praject No, I 8oring I�o. Project �,eVee Rece1'tificatiOrl � 91i'-'l2-'i58 j ��15A si���e on�y �an�fi�ti - Fort w�rtn, Texas Locatian Wa#er Observations N 6974399.33; E 2384548.94 Seepa�� at 23` during driliing; water at 21' at completian; rnrater at 2T at Comptetior� j CampEeiion eild Df d�y; w�tet' at 1�' bn 32J1212012 Depth ��.�� , Date 7 2-11-12 Surface Elevatian Type � � � ' 472.2 WSA � I o m Q 0 -fl N C �1- �' y' N Q'P Z e � E!. g�y -Ul a Q � � �firafurr� �es�rip�ion � o � � �� q � � � � �.� � �� U p a�u.; '� y�„s �_ � N m flU o Ct� lu CJ � y� � w a-�� rn�E c�u v�'o o'c N � o o i 1 � � mc�F a�n :a� a.�, n. ��� a� �c�n. � CI..AY�Y SANR, tan and gray (cantinued) ' � �� _ � �l1 S2 � � _ _ SAN�, grayl tan � _ 55�. .. - I � _ 1 � - -� � � i i , I —so-� . . :::: .; - � ! � � - -� I � � I _ _ a�o.z � l • I _ � LiME$7O�lE, gray, wI gray shale searris, � mocfera#ely hard to hard I � —�� � ' I h0011.25` _ I � I _ 1 ' 1 _ � ' I I ��n � . � � � Q00.2 ' 10011 _'75' � — ---------------------------- � I m 4 I 14 M ❑ . U3' S U l a � W � N I R � � � Q: d m LL Q a LOG O� 80RING NO. ��� �.� ��1"\�� �.��� � �� �.�rcn.rEEtuNc �Ne. - Project No. Soring No. Project �g�ee Rece!`�if�Catlotl 117-12-� 58 �i-�'� S Sludge Only Landffli - Fork Worth, Texas E.ocation Water Oi�ser�ations N 697G33S.98; E 238505a.4Y No seepage encountered during drilling; dry at compistion; dry at end Comple#ion Gompl�tion Of day; dry on �1/22l20'� 3 Depth a0.4' � Date 1-8-9 3 , , . . Svrface �levation Type 48T,7 CFA � a m � � c�a p � �i��fium Descripfiion 51LTY �E.AY, dark brown, brown, and light brown, w! occasianal g�avet, sEi�# to very stiff (FILL) -wl sand depasits, 3' to 8' 4E7.7__ _._�--------- .__._---------- 0 0 � � u. ° a .z� ' }'u- �'�rn � ' N� �� �� {-i� �U , m �U � .n.� U Q 3� u' N� a'_ '�n ••-` w m '� C w y ��� W C''J omrl� ,�a� o-E �� +ti�o op c,n �oo � � cnas-= aE.sn �� �� Q � �U �� �c�a 4.5t � 24 � � �4.5+ fi � #.5* 5 � 4.5+ 20 I 4.5� '�� � � 1 I 4_5� 90 62 21 4� 2� � I � I 4.5+ 19 � } � � � } } j s.�� zz 1 � � I � i � � zs ' � aa szso � I ,. � � � r- ❑ c7 � � u "1 d � m N N � � � � � 0 o LOG OF BORlNG fV0 :- . �LAT� A.32 ) �,iT ENG3NEERING SNC. � Proj�ct �Io. Boring No. Proj�ct Le�ee Recertification C1�A3 117-12-958 I �e"� 61�► 5ludge Only L.andfill - Fnrt Wnrth, Texas � Lacation Water Observatians ' N B9T�4Q�.8; ��38S052A8 Seepag� a# 32' during dril�ing; water at 24' aE completioM; water at 20" at � Comptet[an � Camplet;o� end of day; watee �t ��' on 'I 21'� 91201 � Depth 73.0� �ate �2-7-7� � Surface �levatlon "fype � �469.8 HSA u., o � Q , I '� Cl. ` � N C � RZ ?, � � � � e �� � � Cf a � � �i�a�um I��s�ripti�n o e �: � � � o � � :� ; � �. � � � � � m(X ' m O U o,'� SIL7Y CLAY, brqwn and light brown, +u/ calcarepus nodules and ironstane nodules, very sfiff to hard - stifF 32' to 37' ' - soff 38 to 40' � � 425.8 . �o �� SANDY SILTY CLAY, light brown, sofl � 423.8 r �� � SAN� ! CE.AY�Y SAND, tan and gray, loose �_ J� �_ � 0. �f� m —45-�� � � �_ _. .. z_ _ X X � —5D— k 0 o LQG OF BORING NO. �-'i 6/4 a _; .. Ci � `rj �Ll' N > >•- ��1f = iry N � C ,+-� � V � j LLE d '� d� S6 ,� [T � f6 � Ri'a A 4 C G Q O (x a wa� n.tn :.�� n.:� a��U �'� �Ua 4.5+ 1 B 1 � A.5-r � � a.5+ 20 � � `�-��' � � 4.5+ 20 � � � 1 ! �4_5� I 21 � � �+�.0 97 55 19 36 24 � � i � � � 1 3.0 56 20 3E 25 102 � f 1 I I3.25 25 I � � � � � � � � � 3.0 , 23 � � � � � � � � 3.5 24 � � � � 2.5 24 142 34�40 � 0.5 23 � I 0.25 21 � II 9 21 19 ! Continued Next Page PLA�`� A.33a PrnJect No_ Eioring Na_ 1T7-��-1�s ��16A �ocation � 69744Q5.8; � 2385D�a2.Q8 Comptefion C4mpletian �]epth 73.Q� �ata 12-7-12 ' Surface �levation as9.s Project ��y�� ��certificafiion CMj �NGIN£SR1NG SNC_ � Slutlqe (7nly �.andfill - Fort Worth, Texas Water Observatiohs � Seepage a� 32' during driliing; water at 20' at completion; wai�:r at 2U' at end of day; watar at 9 5' an 121'! 11201 � HSA Type �: o m � 'A 6. � � Gi S�r��um D��crip4ion � � 5AND 1 GLAYEY SAk[}, tan arod gray, loose _ � (canlinued) _ �,: X - medium dense, 53' tn 61' —55— X _ _. � � �—�o- X �o$_a � — _ SHALE, gray � � — �= aos_a . � LINiE3TONE, gray w/ shale seams, modet�ately �' - - hard �—f5 �-70 � 396.8 m � � F-- � L.� � � U -� 0. f) m � N ti � z � 6 a] LL � a �.OG OF BORIREG NO. ��� GA Q _ � aj N � � O C � � � Tl � � � � � fu d' �o 'Ob V` � ? G] ❑U � 4�.� CJ Q 3�u' �7 '�=' N= nw Nc ry UE� w CS' o�yfn y�m a� m� N'+y op c,p coo [� rz o`oa� ain r,.:, a._, �S �U a� �Uc� � � � � � 'I3 � � � i• � �� � I � �10011.5`� � � � � 11 Q012.5�r � � 10011.5" P�AT� A.33b C� EbiGiI3�ERING iNC. � Project No. I Boring No. Project �evee Reeertification ���.�}�.��g ���� 5ludge Only Landfili - Fort Warth, Texas Location Water Observatians N 69i4347.11; E 238a5�1.32 No seepage encountered during driiling; dry at corrsp[etion; dry at estd of Completion I Compietian d�y; dry an 11221�013 Depth 20.U� oate q-8-13 � - . . . Su�face Ele�afion Type 487.�1 C�A _ o � u, o,m � I �u '� �� � °v Z ' �u" � Nfn � � � � � Stratum �escripi�on � o � � �� � �d •� � _ ��; � �� � i + � ,� i f ! 51LTY CLAY ! SANDY S1LTY GE.AY. dark brown, b r a w n, a n d l i g h# hrawn, wl occasional gravel, sttff to v�ry stiff (FtLL) afi7.4-------------�------�----_- m � � H 0 f7 � U � a ca � � N h (.7 2 O o' o LOG O� BORING NO_ B-� �T 4 N � u, �� m � ,�r •— - :�. x y .� � cg E � (� ❑ �' C N} �.- Ul � IA N G =' N li] CJ om� ma� o�E �� �-al oo c,p coo OC K Lt1 Q- I-' O, iA J J �� CL .-�-. � U � J � U O- � a,�J+ 24 � 4.5+ 5 � �.5+ 5 � � 4.5+ 16 � � 4.5+ 17 � � � i 35 31 � � 4.5+ 25 � � 1 I 1 .� 1 j�.s� sa as 1s as �s ��a 1 • � I � I 4.r�t , 21 � ��-r� .�.�� 1 CMJ �NGINEER]NG 1NC. � Project No. Soring No, i'roject Levee Recerfification 19i-12-758 ��'���1 Sludge Only Landfil� - Fort WorE�, Texas Locatian Water Ohservations N 6974417.36; E�385�49.94 Seepage at 28' during drilling, water at 22' at completi�n, water at 23' at Completion � Completion end of tEay; wate� at 18' on 1�ly12012 ❑epth 75.Ii, Dafe 1�-6-12 Surfaee E2evation Typa 469.5 � �iSA � o a ,� � a o' �, � � � � � 0 p� N C u- ��a Z a �u- � �'c� S�r�ium �escripfiion o � � �� . p � � � z�= � � y � 1�1 �� C aj Cy .. G] � � S4 7� Q(3 �O a'C U CJ }rc y� �^ r'p= u1N �� ='� U�3 ts1 C7 o a��? rn� a'� �e E�+v o o G c o0 [� � maF- n.cn �.:a a._, a5 �c] a� �U� 46�,� SILTY 5ANQY GE.AY, dark hrown and brown, hard 4.5+ 92 � (FILL) � � � 4.5� CLAY. darK brown, wl calaareous nodules, very stiff I 4.5* 17 to hard I 4� f I 4.�+ 19 � � 4 5+ 20 I 4.5+ 20 454.5 SILTY CLAY, Ilght brown, brow�l, and gray, w! Ironstane nodules, firm to s#i€# 3.75 91 5 9 'E 7 34 22 'f 06 2.Q 83 44 17 27 23 425-5 SlL7Y SANDY CLAY, light hrown and gray, W! sand searrrs and iranstone nodules, firm 421.5 CLAYEY 5ANi3. #an, medium dense � ��� m �4 4 n o LOG OF BORfNG N4. ����A Can#fiued Next Page '1.75 I � 2,5 I 2.75 2.75 � 1.25 � � � � I 14 I 26 25 25 23 21 �L�4T� �►.35a C�� ENGINEERTNG iNC. � Project No� � Borirtg No, Project �.evee Recertification 117-12-158 ��� 7/� Sludoe On1y LandfiH - Fort Warth, Texas ' Locatior� Watsr O�ser+rations N 69i4417.36; � 238�549.94 5eepage at 28'-du�ring drilling; water at 22' at cornp�etion; v+rater at 23' at Gompletion Completion end 4f day; wateY �t 18' on 'E 2l71�07 � Depth 7�.D� � Date 12-6-12 . _ . . . _ . . � 5urface Eleva#ion Type i 465.5 HSA LL D�N � � � `" ���a��m ��seFip���n � - CLAY�Y SAND, tan, medium dense (continued} - �� � . _ _� . _ ��_ �5-J%,�� 3 5 � - -�Lj � 41 � : - SAN�, tan _ � —so J - � 40fi_5 " LiMESTONE, gray, wl shale seams, mod�rately _6� -�� hard to hard —�o -75 394.5__�---------------------- � ' � N � �' p !� a o � 'Y3 � � �a z � w.: �� � �� o � �yz� �� -o° �� ,� K � m pV � 4c {> Ll 3 C� 7�'- n= a� y� y y Qi �� I LtJ C'J 4� U) '� a� 6� <6 � �u 'v o o c,p c o 0 d' 4' m d I--' LL VJ �I J�� U. �� U �.--I � U n. � � , I � �I 10 36 20 � i � i I � i 1 � I I � ' � � � � 10011.5", I 1 � � � I ao��.z5� � � � � � 1 j�ooi2.s�� � m 'v � ti ❑ � � U � a c� i N � � Z � m � LOG OF BORENG NO. B-� 7� J ��Ai� �.35b � C11�IJ �vc3N��u�Nc rNe � Project No. # Boring No. Project �e�ee Recartification 1'17-12-958 � �W'� $ Sludge Only Landfill - For� WorEh, Taxas Location Water Obseroatians N S9i4241.fi8; � 2386019.89 {�o saepage encountered during driiling; dry at completion; dry at end of CampleEior� Completion day; dry on �2!'�7120'i2 D�pth 2UA�. I Date 12-9 �4-� 2 . . .. . . Surface Elevation Type 48i.5 CFA +: u- o m � � Q n `n � �����um �esc�ip�ion 483 5 CLAY�Y SANp AND SIL"fY CLAY, Ilght brown and dark [�ror�vn, w/ limestone fragmer�ts and calcareaus nodules, hard (�1LL) 5lLTY CLAY, dark brown, w! calcareous nadules and ironstone nodules, �ery stiff fo hard -w! occasional gravel, 13' to 20' 467.5----- _�_--------__.._------ � � � r- ❑ t9 � U a c7 ao � ti ti i7 z � 0 m LL � o LOG O� BORING N� . �, . 0 � �u N �� z e �[i a'�i��N � o �y m oso 0 0 � �� Z+� �� t�n o ya,� C�; ��.; �`-' � x�� o� ��� w � o�(/l � d ar� ro.� �� a o 'c.,Np � o p aC � mn.r n.rn ;._,� a� ���c� a� �c�cL 4.5+ 44 � d_�+ 7 � �y.�+ 6 � � A.5+ '1 a � � 4.5-r 15 � I � 1 � 4.5+ 2i j I 4,5+� 90 63 24 39 25 � � � � � 4.0 27 � � � 3.75 23 PLA�`� A,36 CM� ENGINEERING ENC. � projeck No. Boring iVa_ Project Levee Recertifcatio� q�7_�2_��g �-'�$� Sludc�e Only Landfilf - Fort Warth, �axas Locatio� Watet Observatior�s iV 69i4273.47; � 2386074.D7 5eepage at �3' during dr'slling; wai�r at 3'f' at compl�tion; wafer at 29' at Completion � Completion end o# day; water at 22' on 1�lBf2012 17epfh 78.0• Date 12-�v-'�2 _ . . � SurFace Elevation 7ype , 41�.2 HSA 0 LL p y � N c LL �T �- `0 C O o 7� �-q :T � � � Stra�urr� �escr�iption a � � . � � a � o � � � � � _ � � I � a nU n - SILTY SANOY CL.AY, dark brown and brown, hard Q74 2 (FIL�.} 51LTY CLAY, dark brown and brown, w! calcareaus nodules and ironsione nodufes, very stiff io hard 452.2 51LTY CLAY, light hrown, brown, and gray, wl iranstone nadules, flrm to stiff -sfiff to �ery siiff, 3D' to 46' V p ��u- �Nj �=' w'� mU� yc y'� r�i�� � � mat-� a`�..ii �� a� d � �c� �.�.� �Cia I 4.5+ 15 � I 4-�{ � ` 4,5+ 93 57 1 B 39 '17 1 4 5} I4.5+ 82 59 22 37 97 'E07 � f 4.5} 17 � I 4.5+ �0 4.0 � 3.n ss � � � � 1.0 � � 2.5 � � � � 3•5 E � � � � �.0 Q �� � 24 23 23 22 1D8 2950 24 24 . �- � � u- E � 42$.2 a- CLAY�Y SiLTY SANQ, tan and gray � a.5 5d 30 13 17 23 � � —a5— ` � I � � ._ �_ _ � � �E24.2 � c� - �. SAND, lan w! sandy clay seams, medium dense � _ � -�" � 0.5 a ` � —5.0�- �'� � � I I � � o LOG DF BORING N0. ��"� 8A Continued Nexf Page J 23 �L�T� A.3�a Praject iJo. Boring �Io. 117-12-159 ��� S� Locatian N 6974273.4�'; � �386074A7 Comp9etion Campletian �epth iS.4� aate 12-e�-'12 Surface Elevation 472.2 �� ENG1i�IkEttING 1NC. � praject �,���� R�cerkification Slt�dae Only Landfill -�ort Worth, iexas Water Observations 5eepage at 23' during dr9iling; water at 3'i' at cample#9n�; wat�r a# 2S' at end n# day; water at 22' on 12I6I2012 HSA Type � � d � N G) Str�a�um �escrip�ion . , . �. _. ' SAN�, tan wl sanc�y clay seams, medium densa - - (continued} _ �. X � —55—, � -60- • -65- - f 40b.2 . . LIME570NE, graj+w! shals seams, moderately - hatd to harcf -7' —r� 394.2' -----_-�---- __..__---------------- � � � � �a c� � U 0. � ro � N n C4 x � m a LOG OF BORING Na. ��'� �� o � � c� �j N `� C Q o ��' � Q Cf �n z � � � � v3 � � e'n0.�' �m � u� vX a� �V c�,-a U ❑ � C l5' y} �^ N•'-' u3 Q1 � G � y ul Ci o�t� �a� Q� ta� mt7 0o c� �coo a a m�� a.us �� a', as �U �� aUd � � I 12 �E 0�10.75' � i i I � t oa3� I I h oa� _7s� P��`� �.3�b � ��-��.�� LJx�d�r•g�-ot�nrl �'���ili�r�� THI� PAC��� ���'T I�T'�`T'���'YC�I�TA��.�Ll� �L�.I�I� �} � �j ,.} ��, � ,� �.rrr c�3� ror��r wc�r��rr� 5S'rl� �I1l�L� C'�Ntil"I��]CI'i{]N SPGCIfICJ4TiUN i70[�IIMGi�TS RuwiscJ Jul}' I, �{] I I ��K,s�.o�r_ r�rnn�� nr��3 �['�i_� rt�r�ov�i. C11y f'n}Jeo[ �{F, Wk'E�•3U01 •311il11�ti3 �C�-�.��i H���z���ous �n�.�r-�Y���ten��X ���r�i���a� �� �i�e � �. � �'r-�I� �A�� I���"I� �1�17'�l�r�'I��A.�.L'Y I��A.��� � [;fI�Y [}f� f�[)3�'� W(}RTfI 4�C'At+1L1A]GDCONS'T3il}C'R�,f SYf�'1l�1['A I'Ic}N la{7l"i3hi�iC�FTS Revos�+i ]ufy k. �03 E s��t, sL�r� r�r:�F��ii� n��s'r�E.+= r��ovna_ t;aiy f"mjce9 Nn. VJlkT-�il� I•3W]Vo? [����.��,� l�Y����ty ����� ����n ��vv�r�d �3���Y����s �n�e�•��-i�e ��rtt����I��e �� ,, F} ., FI'�I�� P��E L��`T 11�T�1�'�'�C���L�L� 13�aA�. �N1� � � i�Y S]F E�4}R'1 11+I.�ft'l�Fk ti1�AN[lAl�li€"c�h}�'I'RLJ�'t'I{}t�SFLCIfEC;r�TIC}N I:Ti]i;13h�4Fhl']� Ktti'I�C4� lk4kj' I, ��1� � SOE. 51.L1P� RF,YA�R AFJU �l'F4Fi� I},Fh�li�V�l. c����� �t���� �r�,. �wrt�r•�nr��-�rwsr�a� ATTRC�MENT1A Page 1 of 4 ��� ���� Ci�y of I�ort L�Vorth ��� �uk��Qnt�a���r�l.�upplier� U4i[���fidn �'grm_ �RIM� COMP/1NY NAME: ����v _��_, �"��, ���. PRQJ�GT NAME: .�l�.f��+�i � �itl��L ��ID �ILL. ��t�'��'� /�Qdl� F'►"�`'� 1���` ���71�"r�� City's MBE AraJect Goal: Prima's MBE PraJect Commltmsnt: � %a �, �� % Ghack applicahle block to describe pr7me � MIWIDBE 1� NON-M11W��E ��SD DATE ����� _.._ P OJ�CT h1t1M��F� ��� ���� ���� Id�n���y all sub�ontr���vrsl�upp[i�r� you wili u�� �r� thi� praje�t e�a'�� , ........ ,. ............:.:....:. �. . . .�.._... . �'��ifar�f �T�rP�S k��J p11t�kC>jntc� �:� �F�]'1�1�1 ���1fe�T.�l.��lt, k"n�h �h;� ;����E:ffl'�i°i�&�-.u�tat� i�r4_ �?,j� .�?4ji?'at;�j;1 I a!'. . � t� � � .. . .. . . ' 7 : It�'1 tF1P. �r{t�_�'I..� ��"',�f_4 �fif�l^Fh. '���' �I'�lB���!]:f1Ci� 7?t�'r' r 1d ven�nii � i �v���;�lp�� ��P�l��ljt�n �-�f�;� �c_nt�rC3�# VN;,,. - �- . _ r.., v ,x„�...,n�. , , ,.., ,.._ sult ii`��=��:���t�.is.���rounc�s.ro? �urtslder�tlor�� �# �i��.y_�il�'I��le�.n;__�h�d +nrili, ��e--. [��i.t�i� ary:� ���in�i _::. . ,�.. . . . �. � �. � - . �e;��i�ti�l�.t��_t�[dl:���e;iti���ian� � . � � . .. � . MB�s listed toward meetin� the praje¢t goal must he loaated in the six (6} cnunty �nnar�etplace� at tha #]me of bid. Marke�plac� is th� g.eographic area of �arrant, C7a�la�, bent��, .fohnson, Par�Cer, and Wise counties. A��. MB�s MUS� �� C�R�I�I�� B��OR� CONTR�IC'i AWARD. Cerklffaatlon means tho�e firm5, located within the Marketplace, th�t ha�e been determined to be a bondafide minorify busine5s ent�rprise by fhe North Can#ral Texas Regional Certificatian Agency {NC7RGA} or o#her certifying agencies that the Gity ma� deem appropri�te and accept�d by the City of �ort Workh. Rev, 5134112 t3 'I``�[}�i i� AT7ACFIMENT 1A Page 2 ot4 Wrimes are required to Ide�tify�subcontractarslsuppliers, regardless ofstatus; I.e., ]�ll��';��,?���:�. MB� firms are io be IEsCed flrst, use additiqrtal sheets lf necessary. lf a subcontractorlsupplier is Edentifiecl as an SB�, piease attacl� a copy of the firm's SBE certiflcatian ff they have not previously reglstered with t#�e Clty's MIW�E OfilQe, whlch may be cflntacted for verifica#ion, Pl�ase note that onlV ��ifled M��s �111 be countac! ia meet an MBE qoal. AttAch �� N: NCTRGA► C�rt�flcate :-�` SUBCQNTRACTOR15UFi�l.l�R T . �� I}etail f)etalE Company iVame i• '_� Subcantracting Supplies Ad�lress e M W 5 ;�Ul Work Aurchased Dollar Amnunt i'elephonel�ax r e� � s a�_ � � � �� .�; ^: �',�����,/�. �� ������ �a��l�,��° ��. f �✓f ❑ ,�.� t�,�2� �'C �G!!8 �d-7--��'! ��g` �1�1� �7� �'��/ �s�",�it��'".ft1,�' '/�+�,t"�t», /�� � �lv�.���4������ �,r.��� �X'��L .�1� 'T��-���2� ,���'� ��'� G !'�'� �❑ � �.Q ❑ �� � ����� � _ � ��s�d�i ��r�� ��'�� � �vl� 1J��' �,rt�v��t_ �S�l�.�i,�,�i LG� �,���v�i � 7n�'�'���"�����` �,.�r� �`'zr.�- ��, � 7�:�� r � � ❑ � ��� �� �t�w �r'%-��1� �'-�� �i� �/7 �/� � �',���`' d"'"�` .. ������� �� � ' �� ����� ����� �y�� � ��� � ��� ��i�v,�.��'� ,�'�. �r.�! �� ����� �� �x ���� ���� ���� 9'.��- �6��� �^��'� �rc�.�'� � �1t�;� �.�c, r� �� �'���' �v��t � 7�� �� �r�����-���i� �1 ?-� � d' �, -� 'i� � �� ❑ ■■ ❑ n C n ��� ���r� ����� � �,��� ,9��-� � �� — �,�O�r��� �✓ � � .�� �� ������ ,� . �-.� .. � �o r ,� ,�•. .•�- r ��, ��2. c:� � �� .� � car� ��ar�� �� i�ev, 513Q1�2 � � p� ATTACMMENT 1A Page 3 nf 4 Prlrnes ar� requlr�d fio identify,A�L subcontractorslsu�plfers, regardless of status; I.e,,'�`fa�i����a�'���;��Yl����. Please �ist MBE �rm's ffrsi, use additional shee#s �f nacessary. 4f a subcontra�torlaupplier is fdenfifled�as an SBE, pfease attach a copy i of the fir.ms SB� cerflficatlon ifthey have not prevloUsly regis�ereci wifh the City's MIWBE Offlce which may be corltacied for ve�iflcatian. I�lease nnts thaf anly certi� Eed MBEs +rvill 6e courrted to meet an MBE goal. I� , - - - At#ach :N - - — - - -- - — --- . NCTRCA �ertificata ;�4 SU�COI�1"#tAC'�OWSUPPLI�E� T—�.__._._ ______—T :`fi!; Deta11 �atail Company Narr�e I � Subcontracting S�p�lisa Address Q M W s '.M 1f�fork Purahased DoifarAmaunt 7e[e�honel�ax r s B � �-� � E � `� ,,. �ij.1: � � �.�a��e�f�N�''^ ��. ��./Itl� - - � � ������� ��� � � �� �+�.�" � � � � i ✓i ��� � �� rra� ,�r�+yt�� �" 7���� � I l F+"'4 rwi%"''!f�"'� ��� �7z.p���w ��r �❑ ❑ � 0❑ ❑ �� � Q❑ ❑ � ❑ ❑ Rev. 5�30112 � R t`�i� '�` . 7afal Dollar Amount o# M�� SubcvntractorslSuppliers To�al Dollar Amount of 1VonmMB� Su�coafr.actors/Suppliers � � �"OiAL �DLLAR AIV[QU�lY O� ,ptLL SU�CQiVT}ZA�TORSISU�P[.��RS $ : w:brnitted, It:�n�i.Il����G�_�h�:,fin�l,�:nrnt�fian.ce �ATTACHMENr 1A Paga 4 of 4 ��j � � �• �p 7��,1 �?'�'.r�� �' ..��� ��i�, 01� By affixing a signature to this forrn, the Offeror further agrees fo provide, directly to the Cfty upon request, complete and accurate information regart{ing actual wor�C petfvrmed by ail subaontractors, including MB�(s) and any speci�l arrangements with IIIIB�s. The D�Ferar afsa agre�rs to a{Eow an audi� andlor exami�ation of any books, records and files held by their company. The �idder agrees to allow the fransmission of interviev�rs with nwners, prir�cipals, o�ficers, em�loyees and applicable subcontractorslsuppliers participating on the contract that will su6star�#�aie ti�e actual woric perfQrmed by the MB�(s} on this contract, by an authorized officer or employee of th� Cifiy.. Any intentional andlar knowing misrepresentation of facts will be �rounds for terminating i�� contract or debarment fram City work for a p�riod of no# less t�an three (3} years and for initiating actian under Federa�, State or �ocal Jaws eoncerning faise statements, Any failure ta comply with fihis ordinance tes a mate.rlal breach af the contrac# and may result in a d�fermination af� an irrespansible �f�Feror ay�dsbar�nent fram�art.� icipap_,t� in Cliy wark for a period of time not ies5 than on� (� ) year. �,�.����°r� Titie �G�`7"'��t! �l� ���fi�� �iS✓� • Cornpany Name r.���► ��',�i'� .�i�'t�� Address ��� � ����7 G1ty1S4aieiZlp . ��� ������ Prin ed Signature ���� � ��� �m-��-.����y��� Cor-itact �EamelTitie.(ifi.different) � a f�'' .��1 l � `i *� X �' �'` �.. ,� �5'!�� S�I ,���7 ielephane an�llar Fax �7"���.�G�����.t�S�'S"�.�, � E-mail 1�4dtlress "'� � t� f7.G 1 �* �1 r Date Rev. 5130112 �C'-6.�� �V��� l�at�� ,__ '�'��I.� PA�E I���'T YI�`I'�I�TI(�N�,��L� BL��T�� Cl�l'Y i]F F(}�t7 Vd{}k��C] C STllh�i]�13tE1 {:O�1S��EtUCflC}h] Sl}GCIJ=ECAT'It1N C3C]�l1M�h1�€'� ]�eviud juiy 1.20i I 5�1.3U3f'L ]cEChl�t A3a� �-I�I� i�f;�4s)VAI. Ci�p P��Jcc1 Nt�. W1�7'-20�1-]QOOU7 �_ -- 2U13 PREVAILII�G WAGE RATES (Neavy and Highway Constr�tction �rojects) I ,i I CLASSIFICATIOf� QE5CR1�71UN Asphalt distrib�tor Operator Asphalt Paving Machine Operator Asphalt Raker Broom or 5weeper aperator Cancrete Finisher, Faving and Structures Concrete Pa�ement Finishing Machine Operator Concrete Saw Dperator Crane Operator, Hydraulic 80 tons or less Crane Operator, Lattice 800m 80 Tons or I.ess Crane Operator, Lattice Boom Over 80 Tans Crawler 7ractor Operator EEectrician Excavator Dperator, �0,000 pau�ds or less Excavator Operator, Over 50,000 pounds Flagger �orm Builder/5etter, Structures Form 5etter, Pa�fng & Curb Foundatinn Drill �perator, Crawler Mounted Faundation Drila O}�eratar, Truck Mounted Front End Loader Operatar, 3 CY or Less Frant End l.aader Operatar, Over 3 CY Laborer, Cvmmon Labore , Utility l.oader/Backhoe Operator Mechanic Milling Machine Operator llAotor Grader Operator, Fine Grade Motor Grader Operator, Rough Off Road Hauler Pavement Marking Machine O}�erator Pipelayer lteclaimer/Pulverizer Operator Reinforcing Stee1 Worker Roller Operator, Asphalt Roller Operator, Other 5craper Operator Servicer SmafE 5lipform Machine Operator Spreader 6ox Operator Truck priver l.awbay-Ffaat Truck Driver Transit-Mix Trucic Driver, Single Axle Truck Driver, Single or Tandem Axle bump 7ruck Truck Driver, Tandem Axle �ractor with 5emi Trailer Welder Work Zone Barr€cade Serrricer Wage Rate $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ 15.32 13.99 12.69 51.74 14.12 7, 6.05 14.48 �.s.�z ].7.27 20.52 14.07 19.8Q 17.�.9 16.99 1.0.06 �.3.84 �,3.16 17.99 21.D7 13.69 14.7Z 10.72 12.32 15.18 17.68 14.32 17.19 16.D2 f 2.25 13.63 13.2�4 li.ol 16.18 13.08 1I.51 12.4fi 14.58 15.96 14.73 3.6.24 14.14 12.31 12.62 12.86 14.84 11.68 ihe �avis-8acan Act prevailing wage rates shown for Heavy and Highway construction prajeets were determined hy the lJnited States t}epartment af Labor and current as of September 2013. The titles and descriptions for the classifications listed are �etailed in the AGC of'Cexas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 2013 PR�VAILING WAGE RATES (Commercial Construction Prajects) CLASSIFICATION DESCRIPTION AC Mechanic AC Mechanic Helper Acoustical CeiEing Installer Acaustical Ceiling ]nstaller Melper Bricklayer/Stone Mason Bricklayer/Stone Mason �rainee Bricklayer/5tone Mason Helper Carpenter Carpenter Helper ConcreYe Cutter/Sawer Cancrete Cutter/5awer Helper Concrete Finisher Cancrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper �rywall Mechanic Drywall Malper Rrywall Taper Drywall Taper Helper Electrician (Jpurneyman) Electrician Apprentice (He{per) Electronic 7echnscian Floor Layer Floor Layer Helper Glazier Glazier Nelper lnsulator Insulator Helper Laborer Common Laborer Skilled Lather Metal Building Assernhler Metal 8uilding Assembler Helper Metal Installer (MisceElaneous) Metal Installer Nelper (Miscellaneous} Metal Stud Framer Metal 5kud Framer Helper Painter Painter Helper Pipefitter Pipefitter Helper Plasterer Plasterer Helper P[um6er Plumber Helper Reinforcing Steel 5etter Wage Rate $ $ $ $ S $ $ $ $ $ � $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ S $ $ $ $ $ $ $ $ $ $ 25.24 13.67 15.83 �z.�o 19.�45 3.3.31 10.91 1.7.75 a.�.�z 17.U0 ].�..00 15.77 11.Dfl i5.27 11.00 15.36 1Z.54 15.00 11.50 19.63 15.64 zo.00 S8.OD 10.00 21.03 12.81 16.59 1 ]..21 10.89 14.15 12.99 16.00 12.OD 13.00 si_no 16.12 12.54 16.44 9.98 21.22 15.39 16.17 12.85 21.98 15.85 12.87 Page 1 of z Reinforcing 5teel 5etter Nelper Roofer Roofer Helper 5heet Metal Worker Sheet Metal Worker Helpe� Sprinkler 5ystem Installer Sprinkler System Installer Helper 5teel Worker Structural Steel Worker 5tructural Helper Waterprovfer �quipment Operators Cor�crete Pump Crane, Clamsheel, Bacichoe, berrick, D'Line 5ha�eE Forklift Four�dation Drill Operator Front End Lvader 7ruck Driver Welder Weider Helper $ � $ 5 $ $ $ $ $ $ $ $ $ $ $ $ $ $ 11.08 16.90 11.15 �.6.35 13.11 19.17 i4.15 17.00 13.74 15.00 1850 19.31 16.45 22.50 16.37 �s.�� 19.96 13,00 � The prevaiEing wage rates shnvtrn 6or [ommerdal construction projects were 6ased an a salary survey conducted and published by the fVorth Texas Construction Industry (Fall 2012) lndependently eompiled by the Lane Gorman � i Trubitt, PLLC Construction Group, The descriptians for the classifcatiQns listed are provided on the TfxO's (The Construction Assoclakion) website. www.texpassociation.org/Chapter/wagerates.asp � , m � � Page2af2 �C'-�.�� P�N��i�� and �Jti���:i�� �1�-�I� PAG� ����"I' IT�T'�'��T'T�C�.�1A�LY I�L,A�1��� r I I � � � LI']'Y�l� Fi?FkT Wl}ItTIC S'T11]•l�alRD COh�573�UCT3QN 5�E{:IF]CA3lf7�J I�C]C'l.fMi=[v k� licai�e�! luiy �, 2�C I 541. �L{)PI: i�rPAf� A��]Lk7i2[=rRiih�1{��Vr�f- {"ity N�Jeu ?�a. VrR i•: �rn 1-.�{��]��u 1 ��-�.�� I��i��is�i�i�iY�a���i� '�'�:���� ���� I.1��T ��l��T`��T'TI�N��I�Y �L�I�I� �'ITY �ll- I�t}I� i' VV�1kTFl w�l ,1�J1]+kRl7 C=[}NSTRi.1GT1i7N �E'F[;IF�C'A'i![?C� f1Cl�i]MC3�1'� [iCVISC{M �L4��' �, �{i�� 5�L SLi}PF: R�I�AIIt ,�Nf� TRF.F. R�MJIiVr�L (.'oiy k�ro�ccl Na. wl{'f-�iKil-3Uii[I�17 G� �-� �. �� l�� �� r•a�1 u�� 1����u�������x �s THI� �A�� I���'� II�T`�I�ITI�1�A��..�� �L�1�1I� �.'I�TY c �t� �nRf �V; r1t I-N �c�l_ Si.o�i_ ����;� �17�1ll TR.�L'-' l�J.`.�[�VAL s-rf�r�rxr�t�nc;�>r����Er��ic�l'C(r�rSlyr•:c�r•�c�:T��r�aocu��.�s CuyPraJcclhlo. WR�-2pd1-3QA007 €iev�x-�l July I, ��11 CITY OF FORT WOATk WATER �EPARTMENTS uPonrEn:2-2s-zoiz i STAN�ARD PRO�UCTS LIST ,lq�Cpnr:il �p44',y,r, cJi��3lRraalun � E _ �11�n�+YucliaPh' `� h4o�rlNi+_ I � — —; WASTEWAT�R I I t IMan6nlelnsert� � _P.1_1d �ManhnEnln,em Km�lsnn_F.Nemriseg MedCtDClfdV Pi0%[�C ` R{.la Mr�� Im�i4 '4i.��li WeairmP��LiR'�f klol.a47.iN � I'1�54. . � ' &1-14 'Mr�FufelnxK NoLtaw-fifl.x: - Nrlad.+aO�c4cr-L'iasSic � 09/23196 El-l4 Mardmle Liycrt �ou�hucs[rm Pacitinz d� Seals. L+e. LifrSevcr- SFzinlcss Sierl � 09l23f96 E1-14 Manholclnsen SouthwGtemPackinvkSeala.lne. TGherLok-Strl-i!Ie.�5toe1 � -- — -- IFVlanhoLeS& Ba�es/Frflmes & f'overs/RecSaneular � ManhokF}ames and Covers Westem Ican Works. Bus & Raw Pou��v IOOt • Mw�ole �}ames end Covvs Vulrnn Poundry 6780 ManhoEes � Basci�'rames & Cove,�(Standard JRound) , • 8i-14 Mlanhale F�amee and Ca�re�s Wesum 1ron WorYs. Hass & Ha+n Foundry 30R24 � • EI-14 � Afanl�o[e P[ames aud Covees 6FcK3Wev Iro¢ Worlce Inc n 24 ANI � • �l-14 �Manfiole('x�esandCoveru NernaliCasrine � L-1-14 ManlmfeFrnmrsuodCnveos VuleenFoundw 130.2 � E1-14 �ManiioloFrnmsandCorus SiQmaC�ooratian hIIi-t44N I El]A Mxn�leF�unese�Covcn SizmiCmaora�inn MW147N El•14 MnnhokPsamesondCovers Pon[-A-Mousson G'FS STB EI-14 Manhole Fhames and Cavers N�tneh Casein¢ � 7125103 EI-14 MenfinleF mesendCavtrs 9ainr-GabainPinelin�IPamrox/rexus] R832-R8F5 � OFF.111pfi Fl�l4 3U'�Illh4FlRi�y:dCovet E�a�Jwdau]ronNarRs V1432-3sndV1A83Uesikns a � 1ilQ7110 EI-Ld 39"�IMHRinc�ndCover Si?mtComoie[ion MH1651FWN&MHI(5R2 � p'71k9111 @I-l4 7�"UlMHR1�e�dCaver SrarPioeP�Muelc MIii2F1'WSS-OC � OS! *0/11 Q1-44 39' �I MH Rinf ¢M Covor Accucesi 22070Q Heaw Putv with Gyake� RinR M��oles &�se���mes & CoversNJater Tieht & Pcessure Tisht EI-]4 ManF�aleFremunMCovers Pant-A�Mousson Aam4zU1 � ' S1-14 Munl�ole R[amrs endcovers MwnoL Cu[Fr2 � • 51-14 Manho]aAramesandCm�as VukanFuundN 2342 � • �1• L4 Alanhole F.ames und Covers Weatem leon Wnrka.8ees & Hnvs Foundtt 300 2ttP � • Hl-L4 MonholeFrames and Covefs MeKiNevlmn Warks Inc. SYPAZ4A,14 � 03106N0 EL�44 ManhokFmmesandCovcn Aaueaci &C-2I00 � 04f]Af01 EI-14 bF�nhoteF andCams Saamoorzlnduslrie�AiVa�Lid. 300-24-23.75Ri�wandCaK+ � --- IMantralas & Sas�,elNewlC;�mno�enls � 0723147 Urcihane Hrd+ovhilic Waternop Asaht Koevo KK pdcka Ufere-Seal A•20l � 00.1'16190 OFfss47ointfor4' Uiant M}f Hanson CantrclePmdu4e�5 drnwin4 Na 35-0OdBAOI p4I26F�0 P[oF1e Qaekct (or 4' Diam. MH. PreasSeal Goske[ Coto. 25D•7G GasMel I126f99 }lDPPManholtadi�rs4nen�Rma Lad¢cA.fnc HUA�Ad'sustmcni8in� 5I13105 MenAulrtxtrrnalllrmo Cxnuse-CP5 W[1oidSe6IMsMI1v1IC%Rcxn5�i8liftilSVS[v�tt Ty[anholes � BasesfNeyy/p�-�a,�gt Concrete � ` £L-lb Nlanhole.l'�CcaslCwc[ele Hvd�oCpnduitC m SPLflemff49 � • EI-IA Manholc,PioeaxtCwc ie WatlConcreuPineCo.inc. � • EI-l4 MaN�ole. P�xosl Coiurctr Henevn (formerlv GiFford-Hill} � 04REl00 Fr14 M}I. Sinele0(Fsct Seallaint kleaun Trne F Dup 35-0646�(101 � WI13146 HI-t9 Manhote,Ptecas[Cancre[e Canere[eVmducllnc. 48"i.D.Manhokwf32"Cone � ORr:.Olpff Fl-!A M�nhn[c,Pn�c.istCn�r�ie 'fheTumerCamnanv 48°I.U,Fvlunhalew12�5"Cpne I lOf�7,Po6 Gk-14 Mnnlw3e. Pr.sast Comzcio U3drosdeYrerns� fuc. b8'1J]. Manlrofr �24" Ceae � 06Jf19l10 8�-�a MnnholwPrecss�(Rcinfo�r�Pulymer}Canrnc [73Cumnd.si�ePioe BeinFwxdPoWnxrConaeta � Manholes & Bases/Newl�6erelnss Il26l99 FihcrzlessMnohole FluidC.00lainmcn� L�. Flowii�e Q8lSQl06 __ _�FiLr�Pluss k[anhale L3�.2Aarsuf wrine _ _ _ _ _ _ - -- _ _ IManholes Fi SaseslRehab SvstemslCemantitinus � • EI-l6 Manhvle Rep¢b Svsmms O�adea � 04f23f01 EI-Iq Manholeftehn65Msle[us S�andudCrnun�Me[rxials.lnc- RelinerMSP I EI-14 MarsholeReAabSs�sLrms APlMPsmnfnrm � 4130101 EL14 Manhale Eteho6 Svaiem Sramo- •Scai Svs�cros Stran¢ Senl M52A Rehab Sys1�n+ 5112l03 F.Fi4 ManholeRe6obSnmm Palv-ldnlezTceAnoloeies MHreouiromducimstooinfihm7ion fi8}3Qitl� iGe�;�ICmnceleRcoair f•lea&ret�7�cJm���+eir> VinalPWmsearRcva:rl'ir:Atsn � Manholes & Bases/Rehah SvstemslNonCemenutious wailuviFl tipce A,.iTM n 1298 /Fllj'ju LY I }�N ASTM O 1248 StiKc � � F , �a^ a�. I F�r l.l' ��} �` �Far2d"oia. + Rm24'd[a. ? For24"dis 1 1 1 za�•Kao^ wo I 24"x40"WU � 7A" pia 24" pia. 24" Dia. ASTM A 4B 29"Dia 34" dia. '±h' die. 30" pia. AAS}Cri) h130bR4 3i1" �ia. 30" �in 7U" Dta 30" U�n 24" Ain, � 24" �ia. t� ASTMA46 ____ 24'D'u. � 2q" pie. 24" �ia. A�'I'M A 4fl 26" G'ta ASTM A 48 2d" l7is- � jI ASTM D2240IM12l�792 � ASTM C-443lC-361 SS MH � Non-trnfF nrea ASTM C478 ASTM C-091 ASC3N C 478 ASTM C �78 ASTM C 476 ASTHI C ni8 ASThI C 476 ASTMC•76 nsrM s�ss ASTM U5817 f asnoras GI-14 M¢nholeRahs65vsums sfl�r.�. so��waue�s��min �r�i��g ASTM➢639lDT90 ' ! • EI-14 ManholeReha6Svslems __ _ _ SmCaasl — ` 01731{06 CoalmealwCa-ru�ionPn3ia:tian Che.�tema .am791.Si1m.54.SL AviSAesistnn�Teai ! Rl'lAl2i1�6 Cnz�incsfarCa.tnsim�Wntcttinn Warrcniinrironuun��af S:>O��ndM-:#Rl � UB!?Qlp6 CwimGs[m�ComuianPcaiecisun CelzEet 5[5-3USu]iJ�L-noxy � Pipel3YewlCentrifuga]lYCast Fiberglass Aeinfarced Pive Polvmer Modified Concrete 7P21l97 Cent.CastFlberelass HohasPioe!]SA,Irrc. HobasPine(Nw-PressnreJ 1W391E13 FSrnnilc AmilxhUSA Prepared 712812Dt 2 A3TM b3762iDS15� I 48" -� 48" 48" 46" DiamMH 48" wf32" mne 38' k8" Oiant w ?4" kting 48" Io 7Z" � � Non-1rQITM NCLL Narirnlfwarm ns�br.�hs i SeuxrAupFuJians I S^-�xr APA� ���s I Scuwr A�lic,,tienx � 1 � Page 1 hSapru,�ul tiprc Na, CI�,4sffkC4lioo . — . fi . , i`3122f1� P1iFiRAds.i''iro - ---- � M14lOS YolymuMadifialConuelePine � 06/0971� 81A Rcin[o[cWPatrn�erCancrctcPioa PineslNew/Concreka I • EI-04 ICns�¢. Pive. R'u�Yortcd __ Ca + EL-04 Conc. Pinw ReinCorced ' HLO+F Cnne.Pioc�eonfocred � Ek-04 Canc. Wuc. Reinfnrood PiuesllVew/Ductile Ttou I . .. � • EI-OS Wuilcl�ortP"iaa � + �l�pb �uc�eGonPipe - 1 f Ef-�6 �uctilefronPipn - EI-06 ➢ucllletronPinc ; ^ I PineslNewlPVC lPressurel I� 17102l�I EI-Z4 UR-l4PVCP�esmssePipe — � P1ues/Newliil7PE fPiue Buestin¢lSlirtl���ne} CI7Y OF FQRT WOR"fl-I WATEii D�PAR7MENT5 STAN�ARD PRDDUCTS LiST #� IL�I11�nt1�Yt'{'F Amna�. Ami[ethlfSA US Compnsiio Pioc Wall Concrc[e Ploe Co.1nc. Hvdco c�duit Camwatioa Aanson Concrctc PbAuns ConaelcPioe 8 P�uduc[s Co. fnc. ! �i�lrf4'1 �u. � BandstranA WPMP Pice �CYCFY4I�'G�1� ��W� Rclnfo� Palvmcr Cancrc[e Pix GriG'm PioeP[oduUs.Co. Amcrican �uctile Uon Pix Cu. us. v�x�a Fo„oa� co. McWaneCasi Imn Pioe Ca. Pixlifeltts[ream , � ` Hieh-densiryoolyefhvlencoinc PhiUina�rucoa3ce.Inc. � � Hleh-dcnsitvaolV�v�neoim PlaRcolnr. � * Hieh�[unsiwodve�hvlrne nioe PalEv Pioe.lnc � HinhdnuuY aolYe[hylene nix CSR NYdm CnodviVPioeline Svs�ems � — _ — _ IF�PCS�IveW�c•Cx : � 11104l98 E131 �PVCCam�gnlod5cwcrPipc — ContafiConSwnionProducts,lx- 61•31 PVCCnauRaedlSewvPioe VnoaorkTlCvmvan+• 65104lLIS BI-7f PVCCom¢afedSewaPioe ot�aaetacireseom�nuou � Pf 25 � PYC SewcrYve CBn�Tex. Tnduslrics � ' Ll-2S PVCSewerPibc Cceain-TcedPmda:�sCnre _ � ` HI-25 PVC5ewa7ioe Nancai�7enufinmiwpCwo � � • E1-25 PVC Sewec P�ioa i-M Mnnufnctusinz Cnmoynv. 7ne. _ I 17123N7• BI-27 PVCScwc�Pine _ _ DiamoudPlastiusCamnsGon -- • HL27 PVC5ewerNne limsanVs,]onPioe � • H{-25 PVCSewrrP'me 6c�uaionTWuioloxiu,tnc � Ll/kll98 6f-28 PVC3cwnPioc Uiema�PlaetusCmorsa�ion , � + QI-7B PVCSewerPipe 1-MMsw�foriurin¢Camuanv.fnc- __ �11/12f99 EI-29 PVCT�a7Pipe ConlechConslmqionPmduc[s,ine 092fi191 BIUO-2 ClncedP�nfile PVC �ix Lamsan Vvlon ^�ne 1ll17f99 Glpp-2 Clasetl PtofileYVC k5pe Diamond Plasrics Ca�vbration � 05l06I05 EI-?9 PYCSofidWeGCipe IlianrondPlas7icsCac�caaiwn nuz7lnR r.�.�s eVcseacrFl�u�s - H3� � , * EY-76 I�Yi'Arrs�frbP I'INii�l7i+N� Ir�� I — _ Pioes/l�fewlAibhed Onan ProftEe Lazae Diameter y 09n6l9! 6100•2 PVC Sevrcr Pioe. RiGlwi �rzami aioo-s Pvcs�rr;9�.�,et�a -- , E100-2 PVC SewuPina ��bed r I11i0l14 (EIQ02y PnivpmvNCot{PP)SewrrPipGDouLleWall Ill1QTL0 (filUO-21 Iblvaronrleu(PY)SewerPiue.TripleWall � 6571W1] Stcclt2cinfoMcdPelye�yknoPioe I _— _ � PinaslReha61CIPN ��an VNon Pine 6.CiN6iOtl �iCi4f1O16CIC5. lIl[. . Uoono� ETI CPmnanv Mvoneedifraiee�RcSystc s(A0.51 Advanced Draifwee Srs�crosfA�S) CooTtth Conswctinn Prnducts Class lll T&4 SPL Imm N77 SPL llrm N93-M�nlwlc. k48-Pix Supte Helf-TiteDuclile Fmn P�essurc Plpe. Amcrican Pasu�c pin� PYC Presswc Pine S�r � 8" [a iff3•, Class V ; I 1 1 a• wuza^ 4",8"& 16" 1 1 1 1 a° m� �a� � s• 1 $• 1 g• � B"�Fw36" ____1 24" ln 36' ONy 24^ ta 3d' a�ly � 4^�aN�x• � 4" �h�u ] 5" � 9"&8" A' • IS' � 4"IWv15" � 6"t6ru l5' , 6".1U" IB" ro27' is^ • n^ 8"tBloush IS' IB"w48" 18"fo48" � 18'ta�16" 1 y._�i^ 1 Dotimre �unile Pal+�ethvlene Pioe McConncl] PiveEnlueement UP�ATE�: 2-29�2012 i iJl I �1�JYIY� .��+�FC4' AS5MD32G2l1?375b AS'flrl C37.11i�6, f'477 A51'h1 C-76 ASTM C76 ASTM C 76 ASiM CT6 ASCM C 7fi AW WA CISp, C151 AWWAC150�CISl AW WA C156, C15 k AW9VA C150, CI51 A1V WA C90Q pSTMD E248 ASYSA D 1248 ASTMT31�8 ASTM D 1246 Contxh A-2000 5e}ru Pipa A57'M F 4A9 U7�ra corr ASI'M F 449 CO[tR 21 ASTM F 919 ASFM U 1034 A577vI D 103A ASCM � 3074, � 1784 4S�TM � 1034 SUR-26 and SDlt-95 ASTM P TSA. Asl'M � 3634 A3TM F 7B9 pSTM D 3034 "5" aruviry Sewet P�ioe AS7M F 679 ASTM F679 ComrchPYCTn�saPfpe A57'b'I�2860 Carl�yWlonH.C.GeseProfilc ASTMP794 - — ASTM I B03lF794 PS 46 r1STM1f F�G79 S➢Ft-3fiandSUR-3iGaxke+FFtinax ASTMI]-301d.D�I7Ra-��� il..Lti�+AI'�'�'IsRhf�ff�. A31hf141h41 Cnrlon Vv1on N.C. Cfrsed Rufile Piae. A5TM r 6T4 VSt�n-Ri60venPrafileSewerPioe hSTMF679 Soni�le HP poo6le Wall [Cortuxa�ed7 ASTM F2736 San[Fiee FIV'{Yiolt Wel1 Pix ASTM F 2754 _ Burmaxx A5714f P2S62 � � + ILLredinPloeePiue -�� � Insilufa�mTra�ork.lnc � OSID3l99 �Curcd In PI¢ce Pioe Naiionol Fi��irmxhGrow I U529f46 k��inPlaak'inc RemoldslndlolinttTcch�levfln4imerU$Al � I Pioeslfiehab/Fold & Frn�n I � • FoldandCwmP'ioe CullumPipcSvstems.Inc. ' l 11113/98 Fald en+1 Form Pioe Insi+ufnnn Techrsolaajcs. [nc. Fold and Fa�m Pipe Awrrican Pioe 8 Plas�ics. Inc. kT1941p0 Pold end Fmm p�e Ukratiorr • I D6/09103 Fald and Porm proe Millcr Piwlinc Crr. � Pine Enlaremeni S�slem (Method) � 1PIMS�seem -- - P[MCamanfnn ____ __ � �NLcCvnnell5vstems - - ---- Mc]��Coosnuttion � {TRS SYstems S�enchlcss Rrnlaaemrn15vsrem � . I Pine Casine 5 p,acers � 111Q91d2 .�`Leek � ndCasing Syacera A�vanerd P�oduns and Sjmms, Inc. { 07J01/93 Stsinlas Sorc] Cesing S� Advnnced Prodvcic a�xlSysluns, lne. CMl27167 Casing Specers Caacadc Waterwo[ks N�unuf¢cturing � p911A�k� S[ainlesa5�l Catin� Spucer Pip¢lioe Sealan6 [nsulninr h D9714110 CouieB 5«sS Casin Spncen PiyciineSaal �nd G�sulomr _ ! OS110111 Steinlcas 51cc1 Cnsing Spxe� Powerscal �i08__ ll[I,ES __ _ p2l25111� E�n:v Lininc Sysmm Savereisen, lu ] 8" �0 48" �a°,aas• za^_3o° 30" �0 6U" 24' to 7?• ASCMF 1236 Na�iannl Lineo [SPL` hem k27 ASTM P-12161A-58t3 1nGncrTtthnolnpv ASTMFl216 _ _ _ Fncimform"NuPloe' Ul�nlincrl'VCAIIny Pineliner —_ - CX Mtthod _ ___ -- PolyGhvlrne Pol� h�Irne - Polvetlrvlene Carhon SIccISPatc�s. Mode�5l Stainlcss SlcelSpacer, Model5Sl Cosin$Sp�aers SLainles5 S�ee� Cnsing3pacoe CailctlStccl Casln 5 ry 481U Posrr.rchnc� SewrtGard?IORS A57M F-I59A � Demo. PiWaseOnly ASTM F150A,1971, 18fi7 A57M F-1504. F-19Q7 llp m IB" diameler P1MCom.� Pistuln Wuv. N.1. Anproved PreviousiY }[ouston.Tezas AnpmvedPrevious3y G�IRary.Ce�8Ga AaysovedPreviausly LA Caun1V N21�-1.ii IFp to G8' d?�d> Up m46" 4�> ily ta 48" claGs Preparetl 7J29l2612 Paga 2 I � � + i` CITY OF FORT WOR7H WA7ER DEPAATMENT"5 SiAN�AR� PF[OpUCTS l.[57 A�prow�ur ,S�ccN�} �����aYrtsuliuRl � Mnr�uFrci�rrr 1�9m1r11���. 1Tll4/p1 f�° xYVnm�S]'�r_m kinkerMalenal5 � Enrrh_il30and21005�ies WliA105 In�c�a* Ducille ]im� Piue Coa�ine In�Wirm Protccv� 40! � P�ne$/Yaiyes � FttineslCombinaEidn Air Release, � ' E�-lt Com6inntianAirReleaEeVelve � • S1-11 SCombiaa4onA'vRe]cascVrlve � • El-il ICombma�ionAlrlFcleorcValvt � j! Pinesl�'alves & �'ittinQslDuctile Iron PitEines I 0729l92 61-07 �upilelronFiiWgs ! ELQ7 aciilelrunFuinai � 86�7 Uunlle 7ron �ttini0.s � OS!]4N8 EI-07 qucul�lronFuiixs I OSl10l48 EI•67 MJFlfing.s � � OS114l96 EI-07 lY,ic�ileimnJoin[Resaaima � IIf09103 $1-07 b¢clilei[rnlointkesttointe � 02129l12 93-11-I t Duc�ik3ron Pice Mechanicnl loini Res�raim � 037291i2 37-11-I l � PYC Pine MecM1nnicsl7ouit Rcalroinl � 08165109 81-07 Mcchunicallolm Rc�aincrOlands I10l17lIU EI-26 [mcriorReslmGncd7ain�5vs�em A87l6PoL GI-U3 Mechuniwlloin�F"siFn¢s � PineslVaEves & Fjttirtp_sJResilienl Seated Gafe Valve* �kesiliene Wede�d Qo�a Vnlve ! Gc�s � E7f13f02 A tilirn�WrdqeOa�eVaWe � USfS 1199 Rasilieai Wedxc Ga�e Valvc � OSlISM9 Rcsilient Wcden.Gat� Valve � IQC1.1N0 EI•i5 A�ilicniWedscGa�eValve � D�OSN4 R�itient Wedge C;a�e Volve I O5TI3N1 E145 Resilte¢t Wedce Cate Vxlvc � 0lRAl02 b1-26 Rssilicn� Waays pa� V�tv� � � EI-25 RerilicntSntedGe[eVolvc E ' G1.26 Ruilieno seasea ce�e vaire _. ` Ei-26 ResilimfSeaesdGa[aYeivo ! I1108(99 Resilien� WMxc Gote Valve � 01R3I03 Resilim� WM¢a Gale Valve � 03713103 licsilirn� �Vedee [3a�c Va1vr � O11SlfQ6 Resilirnr�YedeeG;ucValve � OIRBI88 E1-26 Resilintt Wedee Gale Valve � !4l04194 ResiEiem Wedec Ga�e Vu1Ye I 1 troaro5 ad-�s e�iGcni wed4e cote vatvc � � -11R9AB4 RniiicnHYedesGuto-Velve �'oba3� I a611U3D ReslicntWedxcQa�evalvn � OSI06191 LI-26 Ruilient Seamd Gem VeWc � ' E[-36 Resilirm5aa7ed6o[eValac PioeslValves & Fitti�slRubber Scated BuEterElv Valve � • ��-30 Au6ber5emedB�aFrFlvValve � • Sl•30 Aub6tt5ruiedBunertivYabrc � 111�199 E1-30 ,I[uNber3catedBm�MIxYNvc � 06l1Tl03 H1-30 Vvlmafic Americ�n Bul[crflv Valvc � 04106/07 CI-30 RuhbcrScawel8uuccRvValve � � Samq�ine S[a' iQn � 3I1714G IWaur5amalixSln�ion Dry Barrel F'ire Hvdrants 19701187 SI-l2 �➢rY�arrs��'�Hydraa� 63f3L8B F.I-I2 Dry Bures �irc Hvdront 69l10187 �1-12 Dry Bnnel Fre H �am I R111719I 61-12 �ry 8a�ce1 Fire l � QBf'G4786 Ts-1-12 Dry9errclfircN nL I �l-l2 D`vBnnelf'ira t I 04f1Al87 &k-Y2 �rvAarmlFre}3 un[ I]0I14781 E-1-12 Ehy6arcrlAircHydram I01115/68 EI-k2 UryBartelFireHydrnN � 1N69l67 E-i-12 Or� Bnncf Flrc HXtJrpni I {1911N87 E-1-12 9rvBarcelFircHv�irenl �yy�aier A�nvr►nan� ts 66l08I62 EI-18A P1as�icMc[crHoRcs 08/28ltl2 �nu63c Su o Suddle � plfE6ip0 55 T�p,pinRSadtlle OIfSONFI Tauu�nx5addle U3110/l I Tapq�R ��en'C (Swin[eu Siee11 U229112 33-12-25 Tunome Slccrc(C�wleJ 5cec]} 02r_+9lE� 33�12-25 Rapping�lccvc(C�uinless5me¢ uPanr�n: 2-ze-zaiz ,'I�linuwl2ipiti 511c A51'hEG.14! lasc[ilafmnPipeOnlv �'YATER GAlndustti�a. Inr. Mvlti olen Manu Fachvinc Co. Vaivc �nd l5imer Com. emaire Airand Vacuum Vn1ve, Mode1935 MSTM A 12b ClessB, ASTM A Crispin Airand VacuwnValres, Modcl Na APCO N143C. Ri45C and d147C Suu PixFroduc�s, Inc. Griffin Pivc Produas, Cu. MeWane/fvler Five! F)nian UeNi�ies 6ivision Uni-Flanee Siema. Co. Fmd Mraer Baa Co. One Boll. ins. EBAA Imn. inc. EBAA 4�au, fnc. Sieroa. Co. 5 R B Tcahrocia7 PruduMs 51P fndostries AmviconPlowCmval American Flow Can1ro] Ame�caa Flow Camrol AInC1iCM PIOW COtllrol American F1ow CaMml Amc�i�n Rnw C�twl AmericanAVKCanoonv Nnerican AVK Camvunv Ii�'ll]S�Y Mdc![ Mueller Co. Muelkr Ca. Moeller Co. 4tuNler Cn. �§aellerCo_ C3ow V ilve Ca. (�1MYri6�Vt Cfl. Clow Y¢Ive Co. �: Cbw VoW�Co. Se kham Valvice & Fii�nxn 11.5, Pioc a�sd Poundrr Ca. Henry Pratt Cw MueQer Ca. Dezurik VaFres Co, Valmaric Ya]ve and Man�Eacturine Com. M&4I Vnlve WpIGCP�LLS Mecfianical Ioinl Filliogs MeCFnricnlloint I lttluEs Mcehaninl ]omt Fitings, S56 Ctess 350 Sr its IS00 Circlel.ock PipeReslraints Class356G157 h?J Fe4inga Vnl-Flmze SerieB 1590 Gti�elo-Lack One 8n11 R�'streiuW Toim Fe[ting MrpJ�ugSuies 1100 ([orDT Pinc) Ni42alU� $pleg 20pp�((orPVC P'ipe SiemaOno-Lok M�hanicnllainl Ru , er HWldag Syste�rt{ 6iamand Lok2E & 1M L•agle Lac900� hlcchanicalfoirstNi«in� Scnes 2500 Diswinxif 44 20247 Seriea 2530 and Suica 2536 Setirs 7S2A dc 2520. 45U 4420255) Scrics 251fi SD942q247) Scrits 250� 42"nnd 48" AFC 2500 Ameriran AVK Rea3lienl5eaded GV Series A2361 f5� 6Gd75 Seriw A2360 !or 18"-24" ISA 67p9) _ Mtucllcr30"&SP".GSIi MuAkr4?" ffiJS". C-515 16� [ts cv tso o-�9sr c�, xw veivC tsn o-zi6sz� C:=.. !.9" � IC /1: Clow Valvc Modc1263B Mevoscal250. rrrUi�emcnts SPL k7A ValmmicAmcritan B�ticrfkv ��1v� MkFlSiyte4500 & 1450 B2� Wa[e� $nmpfiqRSlalion Ame+imn-derl�J1 �-valve Mverican �orlin�Vulvr ClowCo1Q$ [aiion Amcrican AVK Cqfnnnny ClawCory renon fl"i IfennedY Valve M&}E ValveCrnnnanv _ __ SAvclle� Campnnv Mvef[erCamoanp L.S.PineB Pnund�v Wslcroos Comoam East ]o=dan [mn Wn�ks. Inc. Smiih Blair ]CM Industri¢s [�[. JCM Indus3riesinc Paxcrsrnl Rom¢c Ranor. Prepared 2/2912012 �msvi Nos.90-1%609 4a-1856P Sby�p,ixwir�No.g�-k8791 5500 llmwm? Na. D-19843 t�oaci zaao DmwinPsD20735. D2IW16, n205�b 5hqy Prnwiu`Nn-��0783FV7 Shov Drawane No. 17476 Shop P[s+ehngs No. fiA61 A-623 Ctnlwian Shop Dmwing Fli-12 AA23 Suo� Can[urion 20� Slwn �cuwmp No.960Y50 Shon Drawin¢ bEo.5K74G801 Mc[crBox fPl�atic} w7Cl lid lk317 Caa�ed Dq�Jy1e s��P SudeSle N406Don61e hand SS Sa�lle G465 Co¢[ed Tatroin+ Saddle 399QA5 (Pfan¢ej h 349dM� YCS 2d9 55T S�i�'rlecc Gr�.l ASVWACI53&CI10 AH'�'AC 110 AWWAC I53,C klO.0 111 A�A G 55 AWVlACI l I1C153 A1YWA Cll llCL[61C153 AWM1A CI 111C1 I brC153 AW WA Cll 17C1 ]filC15] AWWACILI1C153 ASTD4 f 162d Aw1i'AGI53 AWWACSiS AVJWA C515 AW WA C315 AW WA F509 pW WA C515 AW WA C509 pW WA CS15 AWWAC51i hR'V�'A E'-j IS AW4YACSIS AWWAC509 AW WA CSlS AW WA CSlS AWWA CSiS AW4iA C 504, AN514tl•N�m, �SSM AWWAG506 AWWAG509 AW9VAC-504 AW1VA C-59d AWWA C-i94 AW WA C-502 AW WA C-502 AW W A G-5�7 pW WA C-392 A W WA C-502 AWWAC-502 AWWAG502 AW WAC-562 AW W A C-5�2 AW WA C�Sq2 AW W A C-SIR AW WA G227 AW WA C-223 � —1 r&a" ----1 IC1", I" dc 2" I I".2"&3` , l � �" - 29" I a' [p 12" � 4" m l2" I d'tn42' � A'io2A" � 4" �o2A" 9"m 12" 4' ia 24' � 1 � Ifi" ; 36"and36" � 20' md 24" 1B' A" l0 32' 42�a�a�• 1 4" w lY 20' md emdteF 0." - 12„ a^ -1a^ 4�'�2� 16" �4" aod S���G 39" and 3G az^uM+as- � 4" - 12" � l6' 26" end smal]er 30" m 48' A" 12" — - 3"w!6" 7A^ � 24" 2A" and larger Up ln 84" diemeter 24" io 48' � 1 Ciaas A. II, C _ I 1' 10 l2" leps � I"ml2'[q Yp � 4"•6' and I6' I U p�0 42' wl24' Ovi I [7p l0 24' wR 12" UYI + Pape 3 C lTY pF �OR7IAIOR7Fi WATER bEPARTMENTS uPnASEn:22s-zo12 STQNpARD PROpUC7S l.15T I�4�s�GruF�al SNccNo. C��itli�enli�iar :� �lunofaclurer Mt;�rl h���. . h'¢iioir,il�S�S� 5�,.4 �nll�2 SS-�{=,t.5 7'appyyeJho�'C[$�okS%$Ir�1j �iOmOC ]$�IEISFUOIE255kc1 AW1VAl:-Li.i �1p103U"WfEli"l)Ilt �' I 65/16111 7oin[ kjypair Clmnu Poweyseal 3232 BcllloimRjAairC{em� 4" toSO" � � 4Rl29I06 PlaReic hlncr Box wC3 Cid kCCf7CA5"F Clnss "A" Nla,iie f4nc wl C[Lid Cless "A" I I OB71WOfi Plasilc Mner Rox w! P3asHc Lid qC1V pias�lcs fnc. Clas["A" PhxficAnx wf P3astic LiS Cl:ss"A' II —_ _ . _ -__ _- � Polvethvleee �ncasement � p;ll2/OS ��-�'� ��s��rv��k finniniav�t Flextol R�ckq "na I'U�[IM EIfI[Ni1605 AWV�'A C7�5 9 mil LLD � � OSll2iU5 L'1.13 Pe3yS� �lex5�casmem hWimlain5tin[csYluctics(h .ndAGYlrsd. SIanJw�1FiMlwazr AVJWACI05 BmiiLS,U I � USIt2IQ5 L'I•J3 t'ufye�ylmeEncaronenr AF3'InEusln.�s 13u11�tr�ncbvC� �ownitol�&(inalt�t AWWACI05 Smi]LLD � I � M4.�8 j � 09/Q5l93 8161-5 peteceo�Che$Me�er AmesComomv Modell000DeuctmCheckVa]ve AHRVAC559 4"-l0" oamsroa t����nri,�vm��ni�wt,i,� � s«�r M�4ebrtwaVertiR� AWWAC701.C1sual 314'-6' ' f N�1TR5 • Pwmpri�i�l3la�d P+nducls list �b CpmerP1'� LD. W AUove9A°�Aoorvo�oncascbvtasebasis � !i> T�odud Susoendcd 1 �5�2-12 °� I�nerunivortn Yaecrupazimca�a anunrurm��cux.uinasacrnucve.opw��o rs� rmus.reviewa.p`pnuc � .,y..u�� �� � -�Y.�a�.��,w.����.-�..�w8vuurymnswmonPmJens. wncuiec�'nx-a� l ISpecificalions for �pecifc praducts, eroineludcd aspart of Ihe Cunsuudion Con[ou4 pocumenls, fhc icqviremen�s of U+c Technicql'Sperifirnti n wll wemde [he PoN Wprth Wmer Dcpmtmen['s S[andard S�aifiw4onS endthe CwFt WorthWe[er D�pettmmt's � I 5[andvriProducu List end eppmvd oTtNe s�wciheprodunax�116e 6ased oa 16e eequ'vemeots of �Ae Tedviical5paification whee��r w nor �he spce�cproda�s meees iheFon Wonh Wacer�ep.v�ment's Smndurd$peciCcaUo� or is on �hePoR Wanh Water ' - UevaotmenCaS�andud F'�oduds Lis� .„ j _ 1 i � f �f .L � Prepared 71292072 Page A . {