HomeMy WebLinkAbout03/03/2025-CC-Agenda Packet-RegularCITY COUNCIL
MEETING AGENDA
MARCH 03, 2025, 7:00 PM
CITY COUNCIL REGULAR MEETING
HISTORIC CHURCH BUILDING - 403 N 7TH STREET, SANGER, TEXAS
CALL THE REGULAR MEETING TO ORDER AND ESTABLISH A QUORUM
INVOCATION AND PLEDGE
CITIZENS COMMENTS
This is an opportunity for citizens to address the Council on any matter. Comments related to
public hearings will be heard when the specific hearing begins. Citizens are allowed 3 minutes
to speak. Each speaker must complete the Speaker’s Form and include the topic(s) to be
presented. Citizens who wish to address the Council with regard to matters on the agenda will
be received at the time the item is considered. The Council is not allowed to converse,
deliberate or take action on any matter presented during citizen input.
CONSENT AGENDA
All items on the Consent Agenda will be acted upon by one vote without being discussed
separately unless requested by a Councilmember to remove the item(s) for additional
discussion. Any items removed from the Consent Agenda will be taken up for individual
consideration.
1. Consideration and possible action on the issuance of a Request For Proposal (RFP) for
tree trimming.
2. Consideration and possible action on the minutes from the February 18, 2025,
meeting.
3. Consideration and possible action on accepting construction documents to repair leaks
to the Porter Sports Park Pond provided by Halff Associates and closing task order.
4. Consideration and possible action to enter into an agreement with Vertosoft for the
OpenGov comprehensive procurement management system utilizing Texas Department
of Information Resources contract pricing and authorizing the City Manager to execute
the agreements and all necessary documents.
5. Consideration and possible action to approve the City of Sanger Surplus Item list for
public auction.
1
ACTION ITEMS
6. Consideration and possible action on the issuance of a Request For Qualifications
(RFQ) for design and other related services for the renovations at the Sanger
Community Center.
FUTURE AGENDA ITEMS
The purpose of this item is to allow the Mayor and Councilmembers to bring forward items they
wish to discuss at a future meeting, A Councilmember may inquire about a subject for which
notice has not been given. A statement of specific factual information or the recitation of
existing policy may be given. Any deliberation shall be limited to a proposal to place the subject
on an agenda for a subsequent meeting. Items may be placed on a future meeting agenda with
a consensus of the Council or at the call of the Mayor.
ADJOURN
NOTE: The City Council reserves the right to adjourn into Executive Session as authorized by
Texas Government Code, Section 551.001, et seq. (The Texas Open Meetings Act) on any item
on its open meeting agenda in accordance with the Texas Open Meetings Act, including,
without limitation Sections 551.071-551.087 of the Texas Open Meetings Act.
CERTIFICATION
I certify that a copy of this meeting notice was posted on the bulletin board at City Hall that is
readily accessible to the general public at all times and was posted on the City of Sanger
website on February 26, 2025, at 3:00 PM.
/s/Kelly Edwards
Kelly Edwards, City Secretary
The Historical Church is wheelchair accessible. Request for additional accommodations or sign
interpretation or other special assistance for disabled attendees must be requested 48 hours
prior to the meeting by contacting the City Secretary’s Office at 940.458.7930.
2
CITY COUNCIL COMMUNICATION
DATE: March 3, 2025
FROM: Ronnie Grace, Director of Electric
AGENDA ITEM: Consideration and possible action on the issuance of a Request For Proposal
(RFP) for tree trimming.
SUMMARY:
Overgrown vegetation near electrical lines poses a significant risk of power outages and fire
hazards.
Contracting a specialized tree trimming service through an RFP process allows the City to select a
provider with the necessary expertise, equipment, and workforce to handle the scope of work
efficiently and in compliance with industry best practices.
Proper vegetation management aligns with industry regulations and helps extend the lifespan of the
electrical infrastructure by reducing strain on equipment, preventing unplanned maintenance, and
ensuring uninterrupted service to residents and businesses.
Staff is seeking approval to issue an RFP for Tree Trimming Services for one (1) year with three (3)
possible one (1) year extensions.
FISCAL INFORMATION:
Budgeted: Yes Amount: $140,000.00 GL Account: 800-58-5420
RECOMMENDED MOTION OR ACTION:
Staff recommends approval to move forward on the RFP for Tree Trimming Services.
ATTACHMENTS:
City Council Communication
City of Sanger Electric Tree Trimming RFP Scope of Work
City of Sanger Electric Tree Trimming RFP Pricing Sheet
Exhibit A – Feeder Map
3
Item 1.
- 1 -
RFP # RFP-2025-02
CITY OF SANGER ELECTRIC TREE TRIMMING RFP
Due: Tuesday, March 25, 2025, at 12:00 PM
City of Sanger
502 Elm Street
P.O. Box 1729
Sanger, Texas 76266
4
Item 1.
- 2 -
City of Sanger
502 Elm Street
P.O. Box 1729
Sanger, Texas 76266
Subject: Professional Services Ref. No. RFP-2025-02
Due Date:
March 25, 2025
Time Due:
12:00 PM
Tentative Award Date:
April 7, 2025
1.0 STANDARD TERMS AND CONDITIONS
1.1 General Description of Work – The City of Sanger is accepting proposals from
experienced and qualified Tree Trimmers to provide all related services, parts,
permits, equipment, and labor required to do the annual tree trimming for the
Electric Department as stated in this REQUEST FOR PROPOSAL and posted on
our website: www.sangertexas.org. It is the intent of the City to contract for said
services for an initial one (1) year period, within ten
(10) calendar days after receipt of a notice of award or in accordance with the
schedule provided by the City. This agreement may be extended for up to four
(4) additional one (1) year periods, subject to the approval of the Contractor and
the City.
1.2 This Request for Proposal (“RFP”) shall be on file in the City of Sanger from
8:00 a.m. until 5:00 p.m., Monday through Friday, and available to interested
individuals and entities (“Proposers”) from the Date Issued until the Due Date
and Time.
1.3 All general information questions should be directed by email to:
Ronnie Grace at rgrace@sangertexas.org
1.4 Proposers are expected to examine all documents that make up this RFP.
Proposers shall promptly notify the City of any omission, ambiguity,
inconsistency, or error that they may discover upon examination of the RFP.
The City assumes no responsibility for errors or misrepresentations that
result from the use of incomplete proposals. READ THIS RFP FULLY AND
CAREFULLY. PROPOSALS SHALL BE COMPLETE UPON
SUBMISSION, INCLUDING ALL FORMS AND ATTACHMENTS
REQUIRED HEREIN. FAILURE TO STRICTLY COMPLY WITH
THESE STATED TERMS OF SUBMISSION MAY RESULT IN
REJECTION OF THE PROPOSAL.
1.5 All responses to this RFP shall be submitted on the attached response forms. Proposals
must be received at City of Sanger at or before 12:00 P.M. CT on March 25, 2025. Each
5
Item 1.
- 3 -
Proposal must be properly identified with the subject title and date and time due. The
City will accept electronic submissions or through hard copy submissions. If delivering
hard copy submissions, proposers must include: One (1) original and three (3)
copies of the Proposal submitted BOTH in written, hard-copy format, and one (1) copy
in electronic format on a USB drive (submissions need to be set-up as one file on the
USB, not multiple individual folders/files), and delivered in a sealed envelope via
mail, courier service, or hand delivery to:
Proposals marked ELECTRIC: ANNUAL TREE TRIMMING are to be submitted to:
Ronnie Grace
City of Sanger, Director of Electric Utilities
502 Elm Street
Sanger, TX 76266
(940) 458-8064
FAXED OR E-MAILED PROPOSALS AND/OR LATE SUBMISSIONS
WILL NOT BE ACCEPTED.
1.6 All Proposals shall be addressed as shown below:
Request for Proposal: Annual Tree Trimming
Attn: Ronnie Grace
Reference Number: RFP-2025-02
Due Date and Time: March 25, 2025, at 12:00 PM
1.7 During the pendency of this RFP, Proposer shall not contact any City staff except
those designated herein this RFP or subsequent addendums or correspondence.
Any questions or concerns should be addressed in writing to the Director at least
five (5) business days prior to the Due Date. Please reference the above-
designated RFP number and the line number being referenced. Non-compliance
with this provision may result in rejection of the Proposal. No phone calls related
to RFP will be accepted. Non-compliance with this provision may result in
rejection of the Proposal.
1.8 Any material information provided one Proposer concerning this RFP shall be
provided to all Proposers via an updated posting on the City of Sanger’s website
or via email. An addendum will be issued if necessary. Proposers that have not
registered with an email address will be responsible for checking for new
information or addendums with City or on the website.
1.9 Receipt of an addendum to a Proposal must be acknowledged by signing and
returning the addendum with the Proposal.
1.10 All information required of the Proposer, unless otherwise specified, must be
completed on the forms provided by the City. Failure to manually sign the
Proposal Response Form (Article 8.0 of this RFP) will disqualify Proposer.
6
Item 1.
- 4 -
Persons signing the Proposal shall have the authority to sign the Proposal on
Proposer’s behalf and shall be an officer or person authorized to bind the entity
they represent to this proposal.
1.11 Each and every deviation from the terms, conditions, specifications, or
performance requirements of this RFP shall be listed on the Deviation Form
(Article 10.0 of this RFP) upon submission of your Proposal. Listing of
deviations is an integral and required part of your Proposal. Any deviations not
listed on the Deviation Form (Article 10.0 of this RFP) upon submission of your
Proposal will not become part of the contract awarded by the City pursuant to
this RFP.
1.12 Proposals will be opened on Tuesday, March 25, 2025 at 2:00 PM by the
Director at the City of Sanger. Proposals cannot be altered or amended after
the deadline. Alterations made before opening must be signed by the
Proposer or Proposer’s agent. No Proposal may be withdrawn after the date
and time of opening without approval of the Purchasing Manager.
1.13 The City, in its sole discretion, may negotiate changes to any submitted Proposal,
including price, after submitted Proposals have been opened.
1.14 The City reserves the right to accept and/or reject any and all submitted
Proposals or any part thereof, waive immaterial errors, and award the contract in
the best interest of the City.
1.15 The City shall be sole interpreter of the terms, conditions, specifications, and
performance requirements of this RFP.
1.16 In case of a discrepancy between the unit price and the extended total for an item,
the figure that is most advantageous to the City will apply. An opened Proposal
may not be changed to correct any error by the Proposer or Proposer’s agent.
1.17 It is not the policy of the City to award a contract on the basis of price alone.
The City reserves the right to award the contract to the Proposer offering the best
value, and not necessarily to the Proposer offering the lowest price. A Proposal
may be evaluated and selected on the basis of reputation, experience, past
performance, skill, financial capacity, product quality and features, delivery
schedule, quality installation, compatibility with existing equipment, and product
service warranty.
1.18 If, at any time, the successful Proposer fails to fulfill or abide by the terms,
conditions, specifications, or performance requirements of this RFP, or any
contract awarded and entered pursuant thereto, the City reserves the right to:
7
Item 1.
- 5 -
1.19 At the City’s sole discretion and convenience, the City may terminate any
awarded contract without regard to cause, without prior notice, and without
penalty, and pay for authorized services provided to the date of termination.
1.20 If it is determined that any benefit to secure favorable treatment was offered,
elicited, or provided by Proposer or Proposer’s employee, affiliate,
representative, partner, subcontractor, or agent, to any officer or employee of the
City, Proposer will be disqualified from consideration and/or the awarded
contract will be terminated.
1.21 All goods, raw materials, and products provided pursuant to the awarded contract
must be new and not used, shop worn, or reconditioned.
1.22 All work must be in compliance with and conform to any and all applicable state
or local laws, ordinances, regulations, codes, rules, policies, and interpretations
thereof.
1.23 Once a Proposal has been selected, items or processes may be substituted only by
furnishing an equal or superior quality and/or grade product or process than
originally specified at no additional cost to the City. Any such substitution shall
be pre-approved by the City, and the acceptance of any such substitution shall be
in the City’s sole discretion.
1.24 Any contract awarded pursuant to this RFP is not assignable.
1.25 The City is tax exempt under Tax Code, Subtitle E. SALES, EXCISE, AND USE
TAXES, CHAPTER 151, section 151.309.
1.26 Invoices for partial payment must be approved in advance by the Purchasing
Manager.
1.27 Include a Material Safety Data Sheet (MSDS), if applicable.
1.28 Undisputed payments will be submitted to Proposer with in thirty (30) days from
receipt of original invoice.
1.29 Any contract awarded pursuant to this RFP shall be governed by the Uniform
Commercial Code. Wherever the “Uniform Commercial Code” is used, it shall
be construed as meaning the Uniform Commercial Code as adopted in the State
of Texas effective and in force on the date of any such agreement between the
City and Proposer.
1.30 The contract documents shall include the RFP and its Schedules and Addenda, the
Proposer’s Response/Proposal, and any ensuing agreement. In the event of a
8
Item 1.
- 6 -
dispute under the Contract, applicable documents will be referred to for the
purpose of clarification or for additional detail in the following order of
precedence: (1) the contract signed by the parties; then (2) the RFP and its
Schedules and Addenda; and then (3) the Response/Proposal. The contract shall
control over any conflicting terms in this RFP or the Proposal.
1.31 Trade secrets and confidential information contained in a proposal may be open to
public inspection. Pricing is not confidential information. Proposers who
include information in a Proposal that is legall y protected as a trade secret or
confidential information must clearly indicate the specific protected information
by highlighting that information and marking it “Trade Secret” or “Confidential”
at the appropriate place. The City will not be responsible for any public
disclosure of the trade secret or confidential information if it is not marked as
provided above. An awarded Proposal in its entirety is not confidential. If a
request is made under the Texas Public Information Act to inspect information
designated as trade secret or confidential in a Proposal, Proposer shall, upon
notification by the City, immediately furnish sufficient written reasoning as to
why the information should be protected from disclosure in a timely manner to
the Texas Attorney General for final determination at the address below:
Office of the Attorney General
Open Records Division
P.O. Box 12548
Austin, TX 78711
Fax 512-463-2092
1.32 The obligations of the parties under a contract awarded through this RFP are
primarily performable in Denton County, Texas. Exclusive venue shall be
Denton County, Texas, and any contract awarded under this RFP shall be
governed by the laws of the State of Texas.
1.33 At the time the contract is awarded, the selected Proposer must be registered with
the Texas Secretary of State and be licensed to transact business in the State of
Texas.
1.34 The City may, at its option, offset any amounts due and payable under a contract
awarded under this RFP against any debt (including taxes) lawfully due to the
City from the successful Proposer, regardless of whether the amount due arises
pursuant to the terms of the contract or otherwise, and regardless of whether or
not the debt due to the City has been reduced to judgment by a court.
1.35 No member of the City Council or any City employee shall have any financial
interests in the profits of any contract, service or other work performed by the
Proposer (s) or personally profit directly or indirectly from any contract,
9
Item 1.
- 7 -
purchase, sale or service between the City and any person or company.
1.36 The awarded contract is subject to the appropriation of funds by the City Council
in the City’s budget adopted for any fiscal year for the specific purpose of
making payments pursuant to the awarded contract for that fiscal year. The
obligation of the City pursuant to the awarded contract in any fiscal year for
which the awarded contract is in effect shall constitute a current expense of the
City for that fiscal year only, and shall not constitute an indebtedness of the City
of any monies other than those lawfully appropriated in any fiscal year. In the
event of non-appropriation of funds in any fiscal year to make payments pursuant
to the awarded contract, the awarded contract may be terminated.
2.0 SPECIAL CONDITIONS
2.1 Insurance
The successful Proposer shall procure and maintain in force during the terms of any
contract awarded pursuant to this RFP, at its own cost, the following minimum
insurance coverage:
A. Workers’ Compensation and Employers’ Liability:
i. State of Texas: $1,000,000 Each Accident
ii. Employer’s Liability: $100,000 Each Accident
$500,000 Disease-Policy Limit
$100,000 Disease-Each Employee
iii. Waiver of Subrogation
B. Commercial General Liability:
i. Bodily Injury & Property Damage
General Aggregate Limit: $1,000,000
ii. Personal & Advertising Injury Limit $500,000
iii. Each Occurrence Limit $1,000,000
The policy shall be on an Occurrence Form and include the following
coverage: Premises Operations; Personal and Advertising Injury; Medical
Payments; Liability assumed under an Insured Contract; Independent
Contractors; and Broad Form Property Damage. Coverage provided should be
at least as broad as found in Insurance Services Office (ISO) form CG0001.
C. Commercial Automobile Liability Limits:
i. Bodily Injury & Property Damage
Combined Single Limit: $1,000,000
ii. Medical Payments: $ 5,000 Per Person
10
Item 1.
- 8 -
iii. Uninsured/Underinsured Motorist $100,000
Prior to the execution of any awarded contract by the City, the successful
Proposer shall forward Certificates of Insurance to the City of Sanger Director.
The required insurance policies shall be procured and maintained in full force
and effect for the duration of the awarded contract. Certificate Holder shall be
the City of Sanger at 502 Elm Street, Sanger Tx 76266
2.2 Damage Provision
If in performance pursuant to an awarded contract, successful Proposer, or
Proposer’s employee, affiliate, representative, partner, subcontractor, or agent,
damages the City’s real or personal property, Proposer shall compensate the City for
the cost of repair or replacement, whichever the City determines is appropriate under
the circumstances. In such event, the City will provide to successful Proposer an
invoice stating the actual cost of repairing or replacing the damaged property.
Successful Proposer shall provide payment of the invoiced amount within thirty (30)
days of its receipt of said invoice. Should successful Proposer refuse to compensate
the City for the damage incurred, said invoiced amount shall be withheld from the
amount payable to successful Proposer for services rendered pursuant to the awarded
contract. This provision does not waive or diminish the City’s right to pursue any
and all legal remedies to collect for damages caused by Proposer, or Proposer’s
employee, affiliate, representative, partner, subcontractor, or agent.
2.3 Proposal Terms - By signing and submitting this Proposal, Proposer agrees:
2.3.1 To hold this Proposal open for one hundred twenty (120) days after the Due
Date for review of the Proposal.
2.3.2 That orders will be delivered, “F.O.B. Destination, Inside” delivery within
the time specified in the Proposal after receipt of order by fax, in-person, or
by mail.
2.3.3 To furnish goods and services in strict compliance with the terms, conditions,
specifications, and performance requirements of this Proposal.
2.3.4 That payment(s) will only be made from an original invoice, not from any
statement, and invoices for payment shall be submitted via e-mail to c or
via mail, courier, or personal delivery to:
City of Sanger
Attn: Accounts Payable
502 Elm Street
P.O. Box 1729
Sanger, Texas 76266
11
Item 1.
- 9 -
2.3.5 Do not include Federal Excise, State, or City sales taxes, as the City shall
furnish a tax exemption certificate; and
2.3.6 The City shall notify the successful Proposer of any contested invoice(s) in
writing, and the City and successful Proposer shall mutually resolve such
disputed invoice(s) within sixty (60) days of successful Proposer’s receipt of
said notice of dispute.
2.3.7 The term of this agreement shall be for one year, beginning on the date of the
Notice to Proceed. This agreement may be extended for up to four (4)
additional one (1) year periods, subject to the approval of the Contractor and
the City.
2.4 Evaluation Criteria. Bid responses will be graded on the following criteria:
Experience – 20%
City of Sanger’s evaluation of vendor’s ability to perform – 20%
Price – 60%
2.5 Performance and Payment Bonds
Texas Local Government Code Chapter 252, as amended, provides that for any contract
for the construction of public works, a Proposer must execute a bond that is: (a) in the full
amount of the contract price, and (b) conditioned that the contractor will faithfully
perform the contract; and (c) executed, in accordance with Texas Government Code Ch.
2253, as amended, by a surety company authorized to do business in the state.
Texas Government Code Ch. 2253, as amended, provides that a payment bond is required
if the contract is in excess of $25,000 and is to be made for the full amount of the
contract. A performance bond is required if the contract is in excess of $100,000 and is
to be made for the full amount of the contract.
The bonds are to be executed and delivered to the City prior to being recommended
for award of the Contract. The bonds must be executed by a corporate surety or
sureties authorized to do business in the state of Texas. For unit price contracts, the total
contract price shall be estimated and calculated by multiplying the estimated quantities to
the Proposer’s unit proposal price.
If the public works contract is less than $100,000, the performance bond will not be
required as long as the contract provides that payment is not due until the work is
completed and accepted by the City.
2.6 Limit Award
The City’s intent is to award a contract for all work described in the Request for
12
Item 1.
- 10 -
Proposals to one proposer. The City reserves the right to award multiple contracts
for portions of this work to others, based on the proposals submitted, if it is in the
best interest of the City of Sanger. Or The City may, at its option, award by line
item as opposed to awarding the entire proposal to the same vendor.
3.0 SCOPE OF WORK & INSTRUCTIONS
3.0.1. DESIGNATED CIRCUIT TRIMMING - Circuit area maps locating the Circuit are
supplied by CITY OF SANGER ELECTRIC. All distribution class three-phase overhead,
two-phase overhead, single-phase overhead, and all pole-to-pole overhead secondary
voltage conductors. Any other type of overhead electrical power lines that lie on or within
the designated areas depicted on the CITY OF SANGER ELECTRIC provided map or are
electrically sourced from the CITY OF SANGER ELECTRIC Feeders without exception,
including all energized and non-energized electrical circuits shall be trimmed and/or
vegetation removed per CITY OF SANGER ELECTRIC tree trimming specifications and
policies.
3.0.2. Secondary house services running from the pole or mid-spanned tap to the house will be
inspected. All tree limbs or vines causing an abrasion or are within 18” shall be trimmed
back to 18” or at the discretion of the CITY OF SANGER ELECTRIC.
3.0.3. For any electrical power line locations that are in question due to the location near the edge
of the designated area, the determining factor will be that if the electrical power line is
connected, the contractor will continue trimming to the first pole past the designated point.
3.0.4. The lump-sum Bid for each independent feeder circuit of work shall include all costs as
required to complete the work in its entirety, including but not limited to supervision,
labor, equipment, materials, overhead, profit, insurance, traffic control, clean-up, repair of
damages to public/private property, and all incidentals thereto.
3.0.5. Proposers should examine the site, drawings (Exhibit 2- attached), and locality where the
work for each circuit is to be performed, the legal requirements (federal, state, and local
laws, ordinances, rules, and regulations), and the conditions affecting cost, progress or
performance of the work and has made such independent investigations as proposer deems
necessary;
3.1 HOT SPOT/EMERGENCY ELECTRIC UTILITY
TREE TRIMMING SERVICES AS NEEDED
3.1.1 CITY OF SANGER ELECTRIC requests submission of hourly rates for emergency and
additional line clearing work that may be needed. The unit prices provided herein may not
be considered as a factor in determining the award of individual circuits to the
CONTRACTOR but will be used in determining payment to the CONTRACTOR for such
additional and emergency work as may be approved and scheduled by CITY OF SANGER
ELECTRIC. CONTRACTOR awarded circuit line clearing work on CITY OF SANGER
ELECTRIC’s system will make those crews deployed available for emergency work
13
Item 1.
- 11 -
during the course of the Agreement unless such crews are released by CITY OF SANGER
ELECTRIC. The line items in Exhibit 1, will be a schedule of labor rates that shall be
effective during the duration of this Agreement. The equipment and tools listed provide a
general description of the requirements for each unit item. These descriptions shall simply
establish a minimum standard of equipment and tools.
3.1.2 CITY OF SANGER ELECTRIC reserves the right to accept or reject additional hourly
labor and equipment rates. CITY OF SANGER ELECTRIC will be the sole judge in
determining what constitutes an emergency and when additional work, if any, will be
awarded to the Contractor.
3.2 DISTRIBUTION PROJECTS/LINE EXTENSIONS
TREE TRIMMING
3.2.1. CITY OF SANGER ELECTRIC requests submission of hourly rates for distribution
projects, line extensions, line clearing, and ROW clearing work to maintain ROW and
utility easements that may be needed. The hourly prices provided herein may not be
considered as a factor in determining the award of individual circuits to the
CONTRACTOR but will be used in determining payment to the CONTRACTOR for such
work as may be approved and scheduled by CITY OF SANGER ELECTRIC.
CONTRACTOR awarded hourly rate line clearing work on CITY OF SANGER
ELECTRIC’s system will make those crews deployed available for emergency work
during the course of the Agreement unless such crews are released by CITY OF SANGER
ELECTRIC. The line items in Exhibit 1 – Section III will be a schedule of labor rates that
shall be effective during the duration of this Agreement. The equipment and tools listed
provide a general description of the requirements for each unit item. These descriptions
shall simply establish a minimum standard of equipment and tools.
3.2.2. CITY OF SANGER ELECTRIC reserves the right to accept or reject additional hourly
labor and equipment rates. CITY OF SANGER ELECTRIC will be the sole judge in
determining what constitutes an emergency and when additional work, if any, will be
awarded to the Contractor.
3.3 TRANSMISSION PROJECTS / LINE EXTENSIONS /
ROW CLEARING / MOWING / TREE TRIMMING
3.3.1. CITY OF SANGER ELECTRIC requests submission of hourly rates for Transmission
projects, line extensions, line clearing, ROW clearing work, and to maintain ROW that
may be needed. The hourly prices provided herein may not be considered as a factor in
determining the award of individual circuits to the CONTRACTOR but will be used in
determining payment to the CONTRACTOR for such work as ma y be approved and
scheduled by CITY OF SANGER ELECTRIC. CONTRACTOR awarded hourly rate line
clearing work on CITY OF SANGER ELECTRIC’s system will make those crews
deployed available for emergency work during the course of the Agreement unless such
crews are released by CITY OF SANGER ELECTRIC. The line items in Exhibit 1 –
Section IV will be a schedule of labor rates that shall be effective during the duration of
this Agreement. The equipment and tools listed provide a general description of the
requirements for each unit item. These descriptions shall simply establish a minimum
standard of equipment and tools.
14
Item 1.
- 12 -
3.3.2. CITY OF SANGER ELECTRIC reserves the right to accept or reject additional hourly
labor and equipment rates. CITY OF SANGER ELECTRIC will be the sole judge in
determining what constitutes an emergency and when additional work, if any, will be
awarded to the Contractor.
4.0 TECHNICAL RESPONSIBILITIES AND
REQUIREMENTS
4.0.1. The objectives of the Vegetation Management Program of Sanger Electric Municipal Electric
(hereinafter called “CITY OF SANGER ELECTRIC”) are to provide a safe system environment
for the CITY OF SANGER ELECTRIC’s customers and the general public and to minimize tree-
related outages. The objectives are to be achieved while maintaining positive relations and
utilizing sound environmental practices.
4.0.2. All of the work performed by the Contractor shall be subject to audit by CITY OF SANGER
ELECTRIC at any time. Any work that CITY OF SANGER ELECTRIC determines does not meet
the minimum standards or performance criteria shall be corrected at the Contractor’s sole expense,
as provided in these specifications or contract.
TERMS & DEFINITIONS
Brush - a woody plant that is less than 3 inches diameter at breast height (dbh), that is not part of an existing tree, and that
may reach the conductor at maturity.
Brush work - trimming, clearing brush and applying an herbicide to the cut stems, or only applying herbicide to brush.
Clearance - the distance between vegetation and the conductors.
Coniferous - any cone-bearing trees or shrubs, mostly evergreens.
Danger tree - any dead, dying, weak, diseased, or leaning tree (on or off the right-of-way) that could fall onto the conductors.
Diameter at Breast Height (dbh) – the diameter of individual tree trunks or individual stems of brush measured at a point 4.5
feet above ground.
Deciduous - any perennial plant that sheds its leaves annually or at the end of a growing season.
Demand tree trimming - trimming or removing the trees on a customer-requested or emergency basis. Also may include tree
work associated with line construction projects. This is typically required when trees have grown into the conductors, or are
close to the conductors, and have created a potentially dangerous situation. This may also include special trimming or
chipping work when requested by Sanger Electric Municipal Electric. Customer requested demand tree work should only be
assigned by Sanger Electric Municipal Electric.
Directional trimming - a form of natural trimming (pruning) used to encourage tree re-growth away from the conductor. It is
accomplished by removing limbs growing toward the conductors entirely at the branch collar near the trunk of the tree, or by
pruning to lateral branches that are at least one-third the diameter of the limb being cut and are growing away from the
conductor.
15
Item 1.
- 13 -
Drop-crotching - generally speaking, is a crown reduction technique in which a tree trimmer makes the proper pruning cuts
at crotches, removing the larger limb and favoring the smaller. For electric line clearance, the trimmer would remove limbs
growing toward the conductors and favor those growing away from the conductors. This usually results in a "V" shaped
appearance of the tree crown and is frequently referred to as "V-trimming". See definition of "natural pruning" for further
description.
Evergreen - any plant that retains its leaves/needles year-round.
Herbicide - a chemical pesticide used to control, suppress, or kill plants, will have a colored die for recognition.
Herbicide Application - the Company making the application is responsible for the purchase, storage, record keeping and
disposal of herbicides. Herbicides will only be applied by qualified applicators. Herbicide crews, tree crews, and mowing
crews are required to have at least one individual on the crew at all times, who is qualified to apply herbicides. A qualified
applicator is an individual who has been trained regarding the product and application method, and meets any federal, state,
and local laws and regulations. This individual may be required to hold a certified applicators license, or be under the direct
supervision of a certified applicator. This will depend upon state laws and regulations where the application is made.
Supervisors of qualified applicators are required to hold a certified applicators license in the state or states in which the y
supervise crews. A marking agent (die) will be mixed with and used on applications to mark where herbicide has been
applied.
Hot Spot Trimming – Tree trimming deemed necessary by CITY OF SANGER ELECTRIC Contractor Coordinator or CITY
OF SANGER ELECTRIC qualified personnel.
Natural pruning - a method by which branches are cut to the branch collar at a suitable parent limb, the trunk of the tree, or
an appropriately sized lateral branch. This method of pruning is sometimes called "drop-crotching", “proper pruning”, the
“Shigo method” or "lateral trimming."
Preventative maintenance - trimming or removing vegetation on a systematic basis typically by, but not limited to, circuit or
grid, and in a manner intended to achieve system reliability.
Pruning - the removal of dead, dying, diseased, interfering, objectionable, and/or weak branches of trees or shrubs using
proper arboricultural techniques.
Removal - completely removing an entire tree as close as practical to ground level and applying herbicide to the cut stump.
Right-of-way - a transmission or distribution right-of-way, an easement, a utility easement, or any other corridor of land
paralleling, on both sides, an overhead transmission or distribution line, and in respect of which CITY OF SANGER
ELECTRIC has certain rights.
Safety zone work – removing all overhangs by cutting back limbs to a minimum clearance of ten (10) feet from an energized
conductor.
Selective herbicide - an herbicide that, when applied to a mixed population of plants, will control specific species without
injury to others.
Shearing - the making of many small cuts so that a tree adjacent to the conductors is sheared in a uniform line. This is not a
generally acceptable practice.
Side pruning - using natural pruning methods to cut back or removing side branches that are threatening the conductors;
required where trees are growing adjacent to conductors.
Topping - cutting back the upper crown of a tree to a uniform horizontal line, leaving multiple stubs. This is an improper
and unacceptable trimming technique.
16
Item 1.
- 14 -
Tree - a perennial plant with a woody trunk measuring at least three (3) inches (dbh), and having one set of annual rings at
ground level or more than one set of annual rings not separated by included bark. Trees that grow adjacent to one another
and share an apparent common base completely separated by "included bark" are considered to be distinct trees. "Included
bark" is bark that is included within the wood of a tree, or between the woody stems of separate trees, creating a physical
separation between the trees.
Tree crown - the upper portion of the tree, the branches or leaf area.
Trimming - cutting back tree branches or shrubs to shape or reduce the size of the tree or shrub.
V-trim - using natural pruning methods to cut back large portions of the upper crown of a tree. This is required when trees
are located directly beneath a conductor. Also known as crown reduction pruning or drop crotching.
Vegetation - all the plant (flora) life in a particular region. A plant community, assemblage, or aggregation with
distinguishable characteristics.
4.1. Removal & Trimming Standards
4.1.1 General Guidelines
Effective tree to conductor clearance is determined by:
4.1.1 Voltage, tree location, and importance of the individual line
4.1.2 Ambient air temperature and the height of the poles and line
4.1.3 The species and growth habit.
4.1.4 The trimming cycle
4.1.5 Local weather characteristics
4.1.2. Under and Side-clearance
Any tree affecting or potentially affecting a primary distribution line
Shall be trimmed to prevent any involvement with the line (see table 1. “CITY OF SANGER ELECTRIC
Minimum Clearance Requirements”).
Note: (1) Where the amount to be removed in order to obtain adequate clearance will have an
adverse impact on the overall long-term health of the tree, the tree will be considered
for removal; (2) The neutral wire has the potential to carry primary voltage, which
contractor shall take into consideration when clearing primary lines; and (3) Open-
Wire Secondary Conductor and neutral shall have a minimum 5' of clearance. All
poles will have a minimum of 5’ of clearance around the bottom of the pole.
4.1.3 Overhang Clearance
When at all possible, overhangs shall be removed. When not removed, clearance shall be a
minimum of 15 feet. Note: Overhang clearance shall be increased where circuits have experienced
historical exposure to snow and ice.
4.1.4 Other Clearances
Secondary Conductors, Service Drops, Streetlight Circuits, CITY OF SANGER ELECTRIC Fiber-
optic and Guy Wires shall be cleared on a case-by-case basis as determined necessary by CITY OF
SANGER ELECTRIC during field inspection, to free them from weight, strain, or displacement
caused by contact with trees.
4.1.5 Vine Clearance:
Unless otherwise instructed, vines ascending all poles and guy wires shall be cut off at ground
level.
17
Item 1.
- 15 -
Table 1. CITY OF SANGER ELECTRIC Minimum Clearance Requirements
*Clearance
From Trees
Conductor
Type
Secondary
(120-480 V)
Pole to Pole
Secondary
(120-480 V)
House
Services
Primary
Voltage
(2-25 kV)
SIDE
Primary
3’
18” 10’
OVER
Primary
3’
18”
15’
UNDER
Primary
Neutral
Fiber-Optic
3’
3’
3’
18”
5’
*Clearances at time of trimming.
Transmission vegetation management (VM) work typically differs from what would be found adjacent to
distribution power lines. Distribution VM work is dominated by pruning and removing trees adjacent to
distribution poles, which in most cases are in more populated areas. Conversely, transmission lines are
typically located on structures and towers and are typically located in more remote areas.
There is no industry consensus as to how a transmission ROW should be established and maintained. From an electric
reliability standpoint, it simply requires managing vegetation so that it cannot grow into, or fall onto the energized facilities.
It requires creating a predictable and low-growing environment of vegetation under and adjacent to the ROW.
1. Clearance
Trees shall be trimmed to obtain a -15-foot conductor clearance on all transmission right-of-ways.
2. Supplemental Vegetation
Supplemental planting, re-vegetation or mitigation measures will not be placed in, or interfere with CITY OF SANGER
ELECTRIC’s existing access roads or existing cleared work areas such as structure foundations. The developer or
landowner will verify the location of existing access roads and work areas with CITY OF SANGER ELECTRIC and
submit a plan for review and approval prior to installing any supplemental planting, re-vegetation or mitigation in CITY
OF SANGER ELECTRIC rights of way.
3. R.O.W. Clearing Methods
Physical and mechanical clearing is the generally approved method of R.O.W. clearing. Limited herbicidal applications
may only be used with local CITY OF SANGER ELECTRIC Management approval and the use of licensed applicators.
Refer to Herbicide Applications in terms and definitions.
18
Item 1.
- 16 -
a. General Pruning Methodology
Natural (directional) pruning is a method by which branches
are cut at a suitable parent limb back toward the center of
the tree. The cut should be made as close as possible to the
branch collar at the branch base, but the collar should
not be injured or removed.
Every branch has a branch bark ridge that separates the
branch from the main stem. The cut should be made on the
outer side of the ridge. If the cut is made on the inner side of
the ridge, a trunk wound will result that provides easy
entry for microorganisms.
This method of pruning is sometimes called “drop-crotching” or “lateral trimming.” Large branches should be removed
to laterals at least one-third the diameter of the branch being removed. Natural pruning is especially adapted to the
topping of large trees where a great deal of wood must be removed. In natural pruning, almost all cuts are made with a
saw, and very little pole pruning works is required. This results in a natural-looking tree when finished, even if a large
amount of wood has been removed.
Natural pruning is also directional pruning since it tends to guide the growth of the tree away from the wires. Stubbing
or pole-clip clearance, on the other hand, tends to promote rapid sucker growth right back into the conductors. The big
factor to remember is that natural pruning does work and that two or three trimming cycles done in this manner will bring
about an ideal situation for both the utility and the tree owner. Most shade trees lend themselves easily to this type of
pruning.
Details of improper trimming and proper natural pruning techniques are sh own here. The branch in figure 1. Was cut
back to a lateral that is too small. Branches should be cut back to a lateral that is at least one -third the size of the branch
being removed as shown at figure 3. If a proper lateral is not available, the branch should be cut back to the trunk.
1. Incorrect 2. Incorrect
The cut shown at figure 2. Is an improper flush cut where the branch collar was removed? The cut at figure 4. Shows the
proper method to remove the branch at the trunk, leaving the branch collar but not a stub.
3. Correct 4. Correct
19
Item 1.
- 17 -
5.0 SPECIFIC PROCEDURES
5.0.1 SCHEDULED TREE PRUNING
Procedure
Contractor shall perform work as scheduled by CITY OF SANGER ELECTRIC. The Contractor will
only accept work assignments from CITY OF SANGER ELECTRIC or their designees, except in
emergency conditions.
The Contractors will patrol the circuit, logging the work for the Contractor’s crews, and communicating
to property owners about the tree trimming, which is identified to be performed on their
property. The Contractor is responsible for securing signed permission to remove trees.
The Contractor shall acquire all certifications required for trimming and removing of trees from an y
municipality, state, or federal agency in which the Contractor’s crews will be performing work
pursuant to this contract.
Limb and Branch Disposal
CITY OF SANGER ELECTRIC contract crews will dispose of all debris resulting from their tree
removal and pruning operations unless different arrangements have been made with the property owner.
5.0.2 SCHEDULED TREE REMOVAL
Removal Procedure
CITY OF SANGER ELECTRIC and its agents will inspect the trees near power lines scheduled for
maintenance and determine which trees should be removed. If a tree is a candidate for removal, the
homeowner or resident will be contacted and asked to authorize CITY OF SANGER ELECTRIC, and
its contractors to remove the tree to the ground line.
Tree Disposal
CITY OF SANGER ELECTRIC contract crews will dispose of all debris.
CITY OF SANGER ELECTRIC contract crews will remove all limbs and brush from the trimming area
after the work has been completed. Limbs and brush will be cleaned up before leaving the site or at the
end of each day (weather permitting).
Safety Zones
Contractor will remove all overhangs by cutting back limbs to a minimum clearance of 10 feet from the
energized conductor.
Stumps
CITY OF SANGER ELECTRIC and its contract crews will NOT grind out stumps. Stumps should be
treated with an approved herbicide unless a property owner has requested that the stump not be treated
and/or if the herbicide label warns against treatment of stumps in particular situations. Refer to Herbicide
Applications in terms and definitions.
5.0.3 SERVICE-DROP TREE TRIMMING
Procedure
20
Item 1.
- 18 -
Customer service-drops are not generally trimmed by CITY OF SANGER ELECTRIC or its
contractors. In all cases, the decision on which course of action to take will be determined by local
management. In most instances, the following rules shall be adhered to.
CITY OF SANGER ELECTRIC will clear/trim limbs encroaching service wires that pose a hazard
to service, facilities or the public when found and/or made aware of.
When requested by the customer, CITY OF SANGER ELECTRIC will lower/remove overhead
services for tree removal by the customer or customer’s agent during normal business hours at no
charge.
Rationale: The customer has the control and responsibility for planting and pruning of vegetation on
private property.
5.0.4. EMERGENCY OR AFTER HOUR WORK
Procedure
In the event of an emergency and when specifically requested by CITY OF SANGER ELECTRIC, the
contractor will make crews available to perform work after hours, weekends, and holidays necessitated
by the emergency. On such emergencies, only essential work shall be done to clear vegetation as
required to rapidly restore electric service. The General Foreman on duty during such emergencies
shall document the event and deliver that documentation to CITY OF SANGER ELECTRIC at the
earliest opportunity, but no later than two (2) working days subsequent to the emergency.
Contractor is required to provide one 2-person lift, on a rotating basis, which will be designated as a
“call out” crew. There is no compensation while the crew is on-call unless that crew is called out to
perform after hour’s emergency work.
Contractor will be reimbursed on a time and equipment basis for emergency and after hours work at
the rates specific. Time shall be calculated upon the crew’s departure from, and return to, the
contractor’s yard.
Customer Notifications during Storm Work
Crews may make a courtesy knock on the customer’s door to let the homeowner know that work will be
performed at that location. However, due to emergency conditions that occur during storms, CITY OF
SANGER ELECTRIC and its contractors may prune and remove trees necessary to restore power
without contacting every homeowner.
5.0.5. REVIEW OF WORK
Procedures
The Contractor shall notify CITY OF SANGER ELECTRIC when the circuit has been trimmed of all
vegetation set to the minimum standards set forth in Table 1. CITY OF SANGER ELECTRIC will
audit the circuit for proper pruning practices and minimum standards set forth in Table 1. The
Contractor shall not be compensated for any work that does not meet CITY OF SANGER ELECTRIC
quality standards unless that work is corrected to CITY OF SANGER ELECTRIC’s quality standards
at the Contractor’s sole expense.
21
Item 1.
- 19 -
6.0 CONTRACTOR PERSONNEL AND EQUIPMENT
6.1. GENERAL FOREMAN
The Contractor shall ensure that it has supervisory personnel on the property to ensure that all of the
Contractor’s crews on the property are properly supervised and to provide the interaction and communication
with CITY OF SANGER ELECTRIC required by this contract. Such supervisory personnel shall be called “General
Foremen” in these specifics.
General Foremen are required to have a valid arborist certification from the International Society of
Arboriculture.
6.2. Lift Crews
Lift crews shall consist of three persons, one working Foreman with a CDL, one qualified line
clearance tree trimmer with CDL and one trimmer trainee or ground man. Working Foreman and Tree
Trimmer shall be qualified tree climbers. A Supervisor is required for the purposes of performing all
activities as required such as but not limited to; scheduling, tool repair, truck repair, planning, etc. The
Supervisor is required to maintain a cellular telephone at all times.
All lift crews shall have the following minimum equipment:
A. One bucket truck with a minimum 50-foot insulated boom with a 55-foot minimum working
height from ground to bottom of bucket with chip box, certified for live-line work, complete
with a chipper width 12-inch cutting bar, 10 cubic yard covered dump box, and equipped with
such other equipment necessary to safely perform all types of work required by this contract in
accordance with all applicable laws.
B. One 12’ or larger drum chipper or disk type chipper capable of blowing chips into the dump
box.
6.3. Manual Crews
Manual crews shall consist of at least two persons. All manual crews shall have the following
minimum equipment:
A. One split dump, equipped with such other equipment necessary to safely perform all types of
work required by this contract in accordance with all applicable laws.
B. One 12’ or larger drum chipper or disk-type chipper capable of blowing chips into the dump
box.
C. All vehicles and equipment shall be in good working condition, kept clean and organized at all
times, maintaining a professional appearance. The average age of the Contractor fleet,
excluding pickup trucks and other light vehicles, shall not exceed five (5) years. No lift truck
shall be older than five (5) years old and no split dump or chipper shall exceed seven (7) years.
D. Standard equipment shall include at a minimum: working chainsaws in various sizes
depending on the work at hand; ropes, saddles and all other necessary climbing gear (for all
crews, including lift trucks); pole pruners, hydraulic chain saw or “stick saws” for lift trucks;
brush saws if appropriate for the working conditions’ herbicide and appropriate applicator
equipment; and any hand tools, spare equipment and spare parts necessary for safe, efficient
operations.
22
Item 1.
- 20 -
E. Chipper with 12-inch cutting bar (minimum) 10 cubic yard covered dump body that is a model
year 2000 or newer model, and other equipment listed for brush pick up crews. Working
foreman shall be a qualified tree climber.
F. Equipment Required: One (1) set of climbing hooks, chain saws, one (1) 14” with
manufactures specified engine and one (1) 24” with manufactures specified engine; ropes: (1)
½” with 100’ and one (1) ¾” with 200’ or more, hand sprayer (1 gallon minimum), broom,
rake, shovel, gas powered blower, work signs, traffic cones.
G. All trucks and chippers shall clearly display Contractor for Sanger Electric Municipal Electric
makings (Provided by CITY OF SANGER ELECTRIC) and vehicle numbers. Truck markings
should be visible from either side. Also, the markings should at least be large enough to be
legible from a distance commonly encountered in traffic, i.e., several car lengths or across a
four-lane intersection.
H. All trucks, chippers, and equipment will park off- site, equipment will not be parked over night
on City of Sanger Electric property. Off- site parking will be furnished by the contractor.
7.0 Contractor’s Employee Appearance and Conduct
7.1. Contractor’s employees shall maintain professional conduct and neat appearance at all
times and shall wear clothing (such as T-shirts, sweatshirts, jackets, etc.) displaying
Contractor’s color and/or emblem. Each employee shall wear a hard hat clearly displaying
the employee’s emblem.
7.2. Contractor’s employees shall adhere to the following guidelines. However, the following
guidelines are neither intended to be nor should they be considered to be inclusive.
1. Crews shall be courteous to customers at all times.
2. Crews shall not engage in “horseplay” while at work.
3. Crews shall refrain from using language that is profane, boisterous, derogatory, racial,
or of an ethnic nature
4. Crews shall refrain from displaying sexually suggestive objects or pictures, racial, or
magazines, calendars or posters.
5. Crews shall not use customers’ property (i.e. patios, picnic tables, etc) for breaks.
6. Crews shall not leave refuse from lunches, etc. on private property or public property.
7. Crew members shall not enter customer’s house.
8. Crews shall refrain from climbing over or standing on any fence, garage, and tool shed,
etc. Unless absolutely necessary to access work, and only when it can be done safely
without damaging the customer’s property.
7.3. Contact List
The Contractor shall provide CITY OF SANGER ELECTRIC, as needed, a list of all
General Foremen, crew foreman, and the phone numbers where each can be contacted,
including pagers, beepers, cell phones, and home telephone. All General Foremen shall
carry cellular phones that are in good working order.
7.4. Prohibition against Solicitation
23
Item 1.
- 21 -
The Contractor’s employees shall not solicit any private work, including tree work while
performing work pursuant to this contract.
8.0. Customer Relations
8.1. Customer Notification
All attempts shall be made to contact the private property owner, and any municipality, state, or
federal agency in person. If attempt cannot be made in person, a door cards will be left on the property
indicating the work to be perform. Door cards shall be placed by the contractor before the scheduled
work is to begin.
8.2. Customer Complaints
All complaint resolution is the responsibility of the contractor. Complaints will be corrected to CITY
OF SANGER ELECTRIC’s reasonable satisfaction, at the contractor’s expense. The appropriate Line
Clearance Supervisor will be informed of all complaints on the next regular workday. The contractor
shall notify CITY OF SANGER ELECTRIC when a complaint is resolved. CITY OF SANGER
ELECTRIC will notify the contractor of complaints CITY OF SANGER ELECTRIC receives directly.
Complaints received after job completion are also the responsibility of the contractor and shall be
resolved as stated above. Failure to do so will result in exclusion from consideration for future work
and possible payment withholding.
The Contractor shall notify CITY OF SANGER ELECTRIC, in writing, within one (1) working day of
any damage complaint received, regardless of cause or extent of damage. Contractor shall keep CITY
OF SANGER ELECTRIC informed of the status of each complaint and of any settlement made.
Contractor shall respond to all customer claims within one (1) working day of notification by either the
customer or CITY OF SANGER ELECTRIC and attempt to settle all claims within ten (10) working
days after the initial response to the claim. Contractor shall provide CITY OF SANGER ELECTRIC
with weekly status reports for those claims not resolved within this timeframe, to include all efforts taken
to resolve said claims.
All damage claims are the responsibility of the contractor. In addition, the contractor is responsible for
all damage to CITY OF SANGER ELECTRIC facilities resulting from their work, including labor and
material costs associated with system repair.
If, in CITY OF SANGER ELECTRIC’s opinion, Contractor fails to take all reasonable efforts to resolve
a customer claim, CITY OF SANGER ELECTRIC shall resolve and charge back all costs of settlement,
including reasonable attorney fees and administrative costs, to the Contractor.
8.3. Customer Refusals
Under circumstances where the customer will not allow proper clearance, or where a customer
problem is anticipated, the contractor shall use good judgment in trying to come to an understanding
and communicating the importance of obtaining proper line clearance with the customer. The
contractor shall contact the appropriate CITY OF SANGER ELECTRIC line clearance representative
and provide written documentation and customer information.
24
Item 1.
- 22 -
8.4. Media Notifications
The contractor shall not make any verbal or written statement to any press or news media relative to
the work under this contract without first obtaining specific written approval from the CITY OF
SANGER ELECTRIC.
The undersigned hereby declares: To have carefully examined the contract documents, includin g
all addenda; Have a clear understanding of said documents and premises; Propose to provide the
necessary tools, machinery, apparatus and other means of maintenance; and to furnish all labor,
materials and services specified in the contract or called for in the contract documents for the lump
sum prices as indicated below.
CONTRACT TIME: The proposer agrees, if awarded the Contract, to commence
work within ten (10) calendar days after receipt of a notice of award or in accordance
with the schedule provided by owner. The term of this agreement shall be for one (1)
year, beginning on the date of the Notice to Proceed. This agreement may be extended
for up to four (4) additional one (1) year periods, subject to the approval of the
Contractor and the City.
DOCUMENTS: Each proposer by submittal of their RFP response represents and
warrants that they are satisfied as to the requirements and provisions of the contract
for this project and the documents describing the scope of work.
SIGNATURE
NAME & TITLE
Date
FEDERAL EMPLOYER’S IDENTIFICATION NO. STATE EMPLOYER’S
REGISTRATION NO.
25
Item 1.
- 23 -
9.0 DEMONSTRATION OF EXPERIENCE
Years in business under present business name:
Total years of experience in work of the type called for in this contract (janitorial services):
List in table below the contracts of similar scope and scale to the City’s RFP has your organization
completed. List most recent FIRST:
Contract
Amount
Type of Work Date
Completed
Owner’s Name & Contact Info
List in the table below what contracts your organization currently has:
Contract
Amount
Type of Work Projected
Date of
Completion
Owner’s Name & Contact Info
26
Item 1.
- 24 -
Have you ever failed to complete any contract awarded to you?
Yes No.
If “Yes”, state where and why.
Are you at present in any major litigation or lawsuits involving work of any type?
Yes No.
If “Yes”, explain:
Explain in detail the manner in which you have inspected the work proposed in this
contract:
27
Item 1.
- 25 -
10.0 LIST OF MACHINERY AND EQUIPMENT
It is represented as part of this proposal that the below listed equipment is available for use
on the work covered by the Scope of Work.
As a part of the proposal evaluation a team from the Public Works Department may inspect
the availability and capability of the equipment of the Contractor submitting the winning
proposal.
Units Type of Equipment
28
Item 1.
- 26 -
11.0 VENDOR PROFILE
Company Name or D/B/A:
Telephone Numbers:
Phone:
Fax:
If there is no toll free number, does the company accept collect calls?
Contacts:
Corporate Contact for this Proposal:
Name:
Address:
City, State, Zip:
Phone: Fax:
E-mail:
Website:
If local contact is the same as corporate contact, check here
Local Contact for this Proposal:
Name:
Address:
City, State, Zip:
Phone: Fax:
E-mail:
Number of years company has been in business under this name:
Other company names used with dates, from/to:
29
Item 1.
- 27 -
12.0 PROPOSAL RESPONSE FORM
By signing and submitting this proposal, Proposer acknowledges that they have inspected
the specifications, are capable and willing to perform and/or provide the required services
and/or products, and shall complete this project within the amount of time and dollar amount
specified. The undersigned certifies that the prices contained in this Proposal have been
carefully checked and submitted as correct and final. All unit prices include the cost of
delivery. The undersigned is authorized to bind themselves or the entity they represent to a
contract.
An individual proprietorship A partnership
A corporation chartered under the laws of the State of , acting by
its officers pursuant to its by-laws or a resolution of its Board of Directors
Signature:
Printed Name:
Title:
Date:
30
Item 1.
- 28 -
13.0 REFERENCES
Proposer shall submit a list of at least three (3) references for which Proposer has provided
like products or services. References will include contact name and telephone number.
Proposals submitted without three references may be disqualified from consideration. Cedar
Park/Austin area references are preferred.
Company:
Contact name: Phone number:
Email:
Company:
Contact name: Phone number:
Email:
Company:
Contact name: Phone number:
Email:
31
Item 1.
- 29 -
14.0 DEVIATION OR COMPLIANCE FORM
DEVIATIONS: In the event the undersigned Proposer intends to deviate from the general terms,
conditions, special conditions or specifications contrary to those listed in the “Terms and
Conditions” and other information attached hereto, all such deviations must be LISTED ON THIS
PAGE, with complete and detailed conditions and information also being attached (attach
additional pages as necessary).
NO DEVIATIONS: In the absence of any deviation entry on this page, Proposer assures the City
of Proposer’s compliance with the Terms, Conditions, Specifications, and information contained
in this RFP.
Deviation
#
Deviation
Title
RFP Reference
(related to the
deviation)
Detailed Deviation Description
All Proposers MUST COMPLETE this page.
RETURN with Proposal or Proposal will be considered NON RESPONSIVE.
Our Proposal is submitted according to: Deviations listed above
OR No Deviations
32
Item 1.
- 30 -
15.0 RELEASE AND INDEMNIFICATION
TO THE MAXIMUM EXTENT PERMITTED BY LAW, PROPOSER HEREBY
AGREES AND CONSENTS FOR ITSELF, INDIVIDUALLY, AND ON BEHALF OF
THE BUSINESS ENTITY, TO FULLY AND UNCONDITIONALLY RELEASE,
INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY OF SANGER,
TEXAS, INCLUDING ITS OFFICERS, AGENTS AND EMPLOYEES, AND TO
DEFEND AND HOLD IT HARMLESS FROM AND AGAINST ANY AND ALL
COSTS, EXPENSES, ATTORNEY FEES, CLAIMS, SUITS, DEMANDS, LOSSES,
OR LIABILITY FOR INJURIES TO REAL OR PERSONAL PROPERTY AND
INJURIES TO PERSONS INCLUDING DEATH, INCLUDING PROPOSER’S
EMPLOYEES, AFFILIATES, REPRESENTATIVES, PARTNERS, AGENTS, OR
THOSE WORKING ON PROPOSER’S BEHALF, FROM ANY AND ALL OTHER
COSTS, EXPENSES, ATTORNEY FEES, CLAIMS, SUITS, DEMANDS, LOSSES
OR LIABILITIES OF ANY AND EVERY NATURE WHATSOEVER ARISING IN
ANY MANNER, DIRECTLY OR INDIRECTLY, OUT OF OR IN CONNECTION
WITH ANY CONTRACT AWARDED PURSUANT TO THIS RFP AND IN THE
PERFORMANCE THEREOF. THIS PROVISION SHALL APPLY TO ALL
IMPUTED OR ACTUAL JOINT ENTERPRISE AND JOINT VENTURE
LIABILITY, IF ANY.
Signature:
Printed Name:
Title:
Date:
33
Item 1.
- 31 -
16.0 NON-COLLUSION ACKNOWLEDGEMENT
The undersigned Proposer affirms that they are duly authorized to execute this Proposal, that
this company, corporation, firm, partnership or individual has not prepared this Proposal in
collusion with any other Proposer, and that the contents of this Proposal as to prices, terms
and conditions thereof have not been communicated by the undersigned Proposer, nor by
Proposer’s employee, affiliate, representative, partner, subcontractor, or agent, to any other
individual or entity engaged in this type of business prior to the official opening of this RFP.
Company Name:
Signature of Company Officer:
Company Officer Printed Name:
Title
34
Item 1.
- 32 -
17.0 SUSPENSION OR DEBARMENT CERTIFICATE
Non-Federal entities are prohibited from contracting with or making subcontract awards
under covered transactions to parties that are suspended or debarred or whose principals are
suspended or debarred. Covered transactions include procurement for goods or services
equal to or in excess of $100,000.00. Contractors receiving individual awards for
$100,000.00 or more and all subcontract recipients must certify that the organization and its
principals are not suspended or debarred.
By submitting this offer and signing this certificate, Proposer certifies that no suspension or
disbarment is in place, which would preclude receiving a federally funded contract under the
Federal OMB, A-102, Common Rule.
Company Name:
Signature of Company Officer:
Company Officer Printed Name:
Title
35
Item 1.
- 33 -
18.0 COOPERATIVE PURCHASING
Interlocal Cooperative Contracting/Purchasing:
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions,
is granted under Government Code, Title 7, Chapter 791 interlocal Cooperation
Contracts, Subchapter B and Subchapter C, and Local Government Code, Title 8,
Chapter 271, Subchapter F, Section 271.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity
to purchase off of the City of Sanger’s RFP, with the consent and agreement of the
successful Proposer(s) and the City of Sanger. Such consent and agreement shall be
conclusively inferred from lack of exception to this clause in Proposer’s Proposal.
However, all parties indicate their understanding and all parties hereby expressly agree
that the City of Sanger is not an agent of, partner to, or representative of those outside
agencies or entities and that the City of Sanger is not obligated or liable for any action
or debts that may arise out of such independently-negotiated cooperative procurements.
Cooperative Governmental Purchasing:
Other governmental entities utilizing interlocal agreements with the City of Sanger, may
desire, but are not obligated, to purchase goods and services defined in this Proposal
from the successful Proposer. All purchases by governmental entities, other than the
City of Sanger, will be billed directly to and paid by that governmental entity. The City
of Sanger will not be responsible for other governmental entities debts. Each
governmental entity will place their own orders with the successful Proposer and be
responsible for ensuring full compliance with the specifications.
Prior to other governmental entities placing orders, the City of Sanger will notify the
successful Proposer of their intent.
Please indicate below if you will permit other governmental entities to purchase from
your agreement with the City of Sanger.
[ ] Yes, others can purchase; [ ] No, only the City of Sanger can purchase.
Signature:
Printed Name:
Title:
Date:
36
Item 1.
- 34 -
19.0 BOYCOTTS
1. Compliance with HB 89. A person or business that contracts with Sanger or who seeks to contract
with the City shall not boycott Israel at any time while providing products or services to the City of Sanger.
This requirement does not apply to companies with fewer than ten full time employees; or contracts that are
less than $100,000.00.
[ ] Yes, we agree [ ] No, we do not agree [ ] N/A
2. Respondent verifies that it does not boycott energy companies and will not boycott energy
companies during the term of this contract, as those terms are defined by Chapter 2274, Government Code.
This requirement does not apply to companies with fewer than ten full time employees; or contracts that are
less than $100,000.00.
[ ] Yes, we agree [ ] No, we do not agree [ ] N/A
3. Respondent verifies that it does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association and will not discriminate during the term of this contract
against a firearm entity or firearm trade association, as those terms are defined by Chapter 2274,
Government Code. This requirement does not apply to companies with fewer than ten full time employees;
or contracts that are less than $100,000.00.
[ ] Yes, we agree [ ] No, we do not agree [ ] N/A
4. Compliance with SB 252. A person or business that contracts with Sanger or who seeks to contract
with the City shall not do business with Iran, Sudan or a foreign terrorist organization while providing
products or services to the City of Sanger.
[ ] Yes, we agree [ ] No, we do not agree
20.0 CONFLICTS OF INTEREST
The Texas Ethics Commission adopted the attached Conflict of Interest Questionnaire (Form CIQ)
pursuant to Texas Local Government Code Chapter 176, as amended. For questions about these forms,
please see the Texas Ethics Commission at:
https://ethics.state.tx.us/forms/CIQ.pdf
Proposer shall answer each question in the attached Form CIQ in relation to the following individuals
and submit a completed form with its Proposal:
37
Item 1.
- 35 -
Local Government
Officer
Title
Local
Government Officer
Title
38
Item 1.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
FORM CIQ
This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session.
This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who
has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor
meets requirements under Section 176.006(a).
By law this questionnaire must be filed with the records administrator of the local governmental entity not later
than the 7th business day after the date the vendor becomes aware of facts that require the stateme nt to be
filed. See Section 176.006(a-1), Local Government Code.
A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An
offense under this section is a misdemeanor.
OFFICE USE ONLY
Date Received
1 Name of vendor who has a business relationship with local governmental entity.
2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated
completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which
you became aware that the originally filed questionnaire was incomplete or inaccurate.)
3 Name of local government officer about whom the information is being disclosed.
Name of Officer
4 Describe each employment or other business relationship with the local government officer, or a family member of the
officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer.
Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form
CIQ as necessary.
A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income,
other than investment income, from the vendor?
Yes No
B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction
of the local government officer or a family member of the officer AND the taxable income is not received from the
local governmental entity?
Yes No
5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or
other business entity with respect to which the local government officer serves as an officer or director, or holds an
ownership interest of one percent or more.
6
Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts
as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1).
7Signature of vendor doing business with the governmental entity Date
39
Item 1.
Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form.
Local Government Code § 176.001(1-a): "Business relationship" means a connection between two or more parties
based on commercial activity of one of the parties. The term does not include a connection based on:
(A) a transaction that is subject to rate or fee regulation by a federal, state, or local governmental entity or an
agency of a federal, state, or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public; or
(C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and
that is subject to regular examination by, and reporting to, that agency.
Local Government Code § 176.003(a)(2)(A) and (B):
(a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if:
***
(2) the vendor:
(A) has an employment or other business relationship with the local government officer or a
family member of the officer that results in the officer or family member receiving taxable
income, other than investment income, that exceeds $2,500 during the 12-month period
preceding the date that the officer becomes aware that
(i) a contract between the local governmental entity and vendor has been executed;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than $100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed; or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code § 176.006(a) and (a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity, or a family member of the officer, described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity, or a family member of the
officer, one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B), excluding any
gift described by Section 176.003(a-1); or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity; or
(B) submits to the local governmental entity an application, response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity; or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer, or a
family member of the officer, described by Subsection (a);
(B) that the vendor has given one or more gifts described by Subsection (a); or
(C) of a family relationship with a local government officer.
40
Item 1.
Form W-9
(Rev. December 2011)
Department of the Treasury
Internal Revenue Service
Request for Taxpayer
Identification Number and Certification
Give Form to the
requester. Do not
send to the IRS.
Name (as shown on your income tax return)
Business name/disregarded entity name, if different from above
Check appropriate box for federal tax classification:
Individual/sole proprietor C Corporation S Corporation Partnership Trust/estate
Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ▶
Exempt payee
Other (see instructions) ▶
Address (number, street, and apt. or suite no.)
Requester’s name and address (optional)
City, state, and ZIP code
List account number(s) here (optional)
Part I Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. The TIN provided must match the name given on the “Name” line
to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a
resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other
entities, it is your employer identification number (EIN). If you do not have a number, see How to get a
TIN on page 3.
Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose
number to enter.
Social security number
– –
Part II Certification
Under penalties of perjury, I certify that:
1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and
2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by t he Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding, and
3. I am a U.S. citizen or other U.S. person (defined below).
Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding
because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage
interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and
generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the
instructions on page 4.
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Purpose of Form
A person who is required to file an information return with the IRS must
obtain your correct taxpayer identification number (TIN) to report, for
example, income paid to you, real estate transactions, mortgage interest
you paid, acquisition or abandonment of secured property, cancellation
of debt, or contributions you made to an IRA.
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN to the person requesting it (the
requester) and, when applicable, to:
1. Certify that the TIN you are giving is correct (or you are waiting for a
number to be issued),
2. Certify that you are not subject to backup withholding, or
3. Claim exemption from backup withholding if you are a U.S. exempt
payee. If applicable, you are also certifying that as a U.S. person, your
allocable share of any partnership income from a U.S. trade or business
is not subject to the withholding tax on foreign partners’ share of
effectively connected income.
Sign
Here Signature of
Pr
i
n
t
o
r
t
y
p
e
Se
e
Sp
e
c
i
f
i
c
I
n
s
t
r
u
c
t
i
o
n
s
on
p
a
g
e
2
.
Employer identification number
–
41
Item 1.
Note. If a requester gives you a form other than Form W-9 to request
your TIN, you must use the requester’s form if it is substantially similar
to this Form W-9.
Definition of a U.S. person. For federal tax purposes, you
are considered a U.S. person if you are:
• An individual who is a U.S. citizen or U.S. resident alien,
• A partnership, corporation, company, or association created or
organized in the United States or under the laws of the United
States,
• An estate (other than a foreign estate), or
• A domestic trust (as defined in Regulations section 301.7701-7).
Special rules for partnerships. Partnerships that conduct a trade or
business in the United States are generally required to pay a withholding
tax on any foreign partners’ share of income from such business.
Further, in certain cases where a Form W-9 has not been received, a
partnership is required to presume that a partner is a foreign person,
and pay the withholding tax. Therefore, if you are a U.S. person that is a
partner in a partnership conducting a trade or business in the United
States, provide Form W-9 to the partnership to establish your U.S.
status and avoid withholding on your share of partnership income.
Cat. No. 10231X Form W-9 (Rev. 12-2011)
42
Item 1.
Form W -9 (Rev. 12-2011) Page 2
The person who gives Form W -9 to the partnership for purposes of
establishing its U.S. status and avoiding withholding on its allocable
share of net income from the partnership conducting a trade or business
in the United States is in the following cases:
• The U.S. owner of a disregarded entity and not the entity,
• The U.S. grantor or other owner of a grantor trust and not the trust,
and
• The U.S. trust (other than a grantor trust) and not the beneficiaries of
the trust.
Foreign person. If you are a foreign person, do not use Form W -9.
Instead, use the appropriate Form W -8 (see Publication 515,
Withholding of Tax on Nonresident Aliens and Foreign Entities).
Nonresident alien who becomes a resident alien. Generally, only a
nonresident alien individual may use the terms of a tax treaty to reduce
or eliminate U.S. tax on certain types of income. However, most tax
treaties contain a provision known as a “saving clause.” Exceptions
specified in the saving clause may permit an exemption from tax to
continue for certain types of income even after the payee has otherwise
become a U.S. resident alien for tax purposes.
If you are a U.S. resident alien who is relying on an exception
contained in the saving clause of a tax treaty to claim an exemption
from U.S. tax on certain types of income, you must attach a statement
to Form W-9 that specifies the following five items:
1. The treaty country. Generally, this must be the same treaty under
which you claimed exemption from tax as a nonresident alien.
2. The treaty article addressing the income.
3. The article number (or location) in the tax treaty that contains the
saving clause and its exceptions.
4. The type and amount of income that qualifies for the exemption
from tax.
5. Sufficient facts to justify the exemption from tax under the terms of
the treaty article.
Example. Article 20 of the U.S.-China income tax treaty allows an
exemption from tax for scholarship income received by a Chinese
student temporarily present in the United States. Under U.S. law, this
student will become a resident alien for tax purposes if his or her stay in
the United States exceeds 5 calendar years. However, paragraph 2 of
the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows
the provisions of Article 20 to continue to apply even after the Chinese
student becomes a resident alien of the United States. A Chinese
student who qualifies for this exception (under paragraph 2 of the first
protocol) and is relying on this exception to claim an exemption from tax
on his or her scholarship or fellowship income would attach to Form
W-9 a statement that includes the information described above to
support that exemption.
If you are a nonresident alien or a foreign entity not subject to backup
withholding, give the requester the appropriate completed Form W-8.
What is backup withholding? Persons making certain payments to you
must under certain conditions withhold and pay to the IRS a percentage
of such payments. This is called “backup withholding.” Payments that
may be subject to backup withholding include interest, tax-exempt
interest, dividends, broker and barter exchange transactions, rents,
royalties, nonemployee pay, and certain payments from fishing boat
operators. Real estate transactions are not subject to backup
withholding.
You will not be subject to backup withholding on payments you
receive if you give the requester your correct TIN, make the proper
certifications, and report all your taxable interest and dividends on your
tax return.
Payments you receive will be subject to backup
withholding if:
1. You do not furnish your TIN to the requester,
2. You do not certify your TIN when required (see the Part II
instructions on page 3 for details),
3. The IRS tells the requester that you furnished an incorrect TIN,
4. The IRS tells you that you are subject to backup withholding
because you did not report all your interest and dividends on your tax
return (for reportable interest and dividends only), or
5. You do not certify to the requester that you are not subject to
backup withholding under 4 above (for reportable interest and dividend
accounts opened after 1983 only).
Certain payees and payments are exempt from backup withholding.
See the instructions below and the separate Instructions for the
Requester of Form W-9.
Also see Special rules for partnerships on page 1.
Updating Your Information
You must provide updated information to any person to whom you
claimed to be an exempt payee if you are no longer an exempt payee
and anticipate receiving reportable payments in the future from this
person. For example, you may need to provide updated information if
you are a C corporation that elects to be an S corporation, or if you no
longer are tax exempt. In addition, you must furnish a new Form W-9 if
the name or TIN changes for the account, for example, if the grantor of a
grantor trust dies.
Penalties
Failure to furnish TIN. If you fail to furnish your correct TIN to a
requester, you are subject to a penalty of $50 for each such failure
unless your failure is due to reasonable cause and not to willful neglect.
Civil penalty for false information with respect to withholding. If you
make a false statement with no reasonable basis that results in no
backup withholding, you are subject to a $500 penalty.
Criminal penalty for falsifying information. Willfully falsifying
certifications or affirmations may subject you to criminal penalties
including fines and/or imprisonment.
Misuse of TINs. If the requester discloses or uses TINs in violation of
federal law, the requester may be subject to civil and criminal penalties.
Specific Instructions
Name
If you are an individual, you must generally enter the name shown on
your income tax return. However, if you have changed your last name,
for instance, due to marriage without informing the Social Security
Administration of the name change, enter your first name, the last name
shown on your social security card, and your new last name.
If the account is in joint names, list first, and then circle, the name of
the person or entity whose number you entered in Part I of the form.
Sole proprietor. Enter your individual name as shown on your income
tax return on the “Name” line. You may enter your business, trade, or
“doing business as (DBA)” name on the “Business name/disregarded
entity name” line.
Partnership, C Corporation, or S Corporation. Enter the entity's name
on the “Name” line and any business, trade, or “doing business as
(DBA) name” on the “Business name/disregarded entity name” line.
Disregarded entity. Enter the owner's name on the “Name” line. The
name of the entity entered on the “Name” line should never be a
disregarded entity. The name on the “Name” line must be the name
shown on the income tax return on which the income will be reported.
For example, if a foreign LLC that is treated as a disregarded entity for
U.S. federal tax purposes has a domestic owner, the domestic owner's
name is required to be provided on the “Name” line. If the direct owner
of the entity is also a disregarded entity, enter the first owner that is not
disregarded for federal tax purposes. Enter the disregarded entity's
name on the “Business name/disregarded entity name” line. If the owner
of the disregarded entity is a foreign person, you must complete an
appropriate Form W-8.
Note. Check the appropriate box for the federal tax classification of the
person whose name is entered on the “Name” line (Individual/sole
proprietor, Partnership, C Corporation, S Corporation, Trust/estate).
Limited Liability Company (LLC). If the person identified on the
“Name” line is an LLC, check the “Limited liability company” box only
and enter the appropriate code for the tax classification in the space
provided. If you are an LLC that is treated as a partnership for federal
tax purposes, enter “P” for partnership. If you are an LLC that has filed a
Form 8832 or a Form 2553 to be taxed as a corporation, enter “C” for
C corporation or “S” for S corporation. If you are an LLC that is
disregarded as an entity separate from its owner under Regulation
section 301.7701-3 (except for employment and excise tax), do not
check the LLC box unless the owner of the LLC (required to be
identified on the “Name” line) is another LLC that is not disregarded for
federal tax purposes. If the LLC is disregarded as an entity separate
from its owner, enter the appropriate tax classification of the owner
identified on the “Name” line. 43
Item 1.
Form W -9 (Rev. 12-2011) Page 3
Other entities. Enter your business name as shown on required federal
tax documents on the “Name” line. This name should match the name
shown on the charter or other legal document creating the entity. You
may enter any business, trade, or DBA name on the “Business name/
disregarded entity name” line.
Exempt Payee
If you are exempt from backup withholding, enter your name as
described above and check the appropriate box for your status, then
check the “Exempt payee” box in the line following the “Business name/
disregarded entity name,” sign and date the form.
Generally, individuals (including sole proprietors) are not exempt from
backup withholding. Corporations are exempt from backup withholding
for certain payments, such as interest and dividends.
Note. If you are exempt from backup withholding, you should still
complete this form to avoid possible erroneous backup withholding.
The following payees are exempt from backup withholding:
1. An organization exempt from tax under section 501(a), any IRA, or a
custodial account under section 403(b)(7) if the account satisfies the
requirements of section 401(f)(2),
2. The United States or any of its agencies or instrumentalities,
3. A state, the District of Columbia, a possession of the United States,
or any of their political subdivisions or instrumentalities,
4. A foreign government or any of its political subdivisions, agencies,
or instrumentalities, or
5. An international organization or any of its agencies or
instrumentalities.
Other payees that may be exempt from backup withholding include:
6. A corporation,
7. A foreign central bank of issue,
8. A dealer in securities or commodities required to register in the
United States, the District of Columbia, or a possession of the United
States,
9. A futures commission merchant registered with the Commodity
Futures Trading Commission,
10. A real estate investment trust,
11. An entity registered at all times during the tax year under the
Investment Company Act of 1940,
12. A common trust fund operated by a bank under section 584(a),
13. A financial institution,
14. A middleman known in the investment community as a nominee or
custodian, or
15. A trust exempt from tax under section 664 or described in section
4947.
The following chart shows types of payments that may be exempt
from backup withholding. The chart applies to the exempt payees listed
above, 1 through 15.
IF the payment is for . . . THEN the payment is exempt
for . . .
Interest and dividend payments All exempt payees except
for 9
Broker transactions Exempt payees 1 through 5 and 7
through 13. Also, C corporations.
Barter exchange transactions and
patronage dividends
Exempt payees 1 through 5
Payments over $600 required to be
reported and direct sales over
$5,000 1
Generally, exempt payees
1 through 7 2
1 See Form 1099-MISC, Miscellaneous Income, and its instructions.
2 However, the following payments made to a corporation and reportable on Form
1099-MISC are not exempt from backup withholding: medical and health care
payments, attorneys' fees, gross proceeds paid to an attorney, and payments for
services paid by a federal executive agency.
Part I. Taxpayer Identification Number (TIN)
Enter your TIN in the appropriate box. If you are a resident alien and
you do not have and are not eligible to get an SSN, your TIN is your IRS
individual taxpayer identification number (ITIN). Enter it in the social
security number box. If you do not have an ITIN, see How to get a TIN
below.
If you are a sole proprietor and you have an EIN, you may enter either
your SSN or EIN. However, the IRS prefers that you use your SSN.
If you are a single-member LLC that is disregarded as an entity
separate from its owner (see Limited Liability Company (LLC) on page 2),
enter the owner’s SSN (or EIN, if the owner has one). Do not enter the
disregarded entity’s EIN. If the LLC is classified as a corporation or
partnership, enter the entity’s EIN.
Note. See the chart on page 4 for further clarification of name and TIN
combinations.
How to get a TIN. If you do not have a TIN, apply for one immediately.
To apply for an SSN, get Form SS-5, Application for a Social Security
Card, from your local Social Security Administration office or get this
form online at www.ssa.gov. You may also get this form by calling
1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer
Identification Number, to apply for an ITIN, or Form SS-4, Application for
Employer Identification Number, to apply for an EIN. You can apply for
an EIN online by accessing the IRS website at www.irs.gov/businesses
and clicking on Employer Identification Number (EIN) under Starting a
Business. You can get Forms W-7 and SS-4 from the IRS by visiting
IRS.gov or by calling 1-800-TAX-FORM (1-800-829-3676).
If you are asked to complete Form W -9 but do not have a TIN, write
“Applied For” in the space for the TIN, sign and date the form, and give
it to the requester. For interest and dividend payments, and certain
payments made with respect to readily tradable instruments, generally
you will have 60 days to get a TIN and give it to the requester before you
are subject to backup withholding on payments. The 60-day rule does
not apply to other types of payments. You will be subject to backup
withholding on all such payments until you provide your TIN to the
requester.
Note. Entering “Applied For” means that you have already applied for a
TIN or that you intend to apply for one soon.
Caution: A disregarded domestic entity that has a foreign owner must
use the appropriate Form W-8.
Part II. Certification
To establish to the withholding agent that you are a U.S. person, or
resident alien, sign Form W-9. You may be requested to sign by the
withholding agent even if item 1, below, and items 4 and 5 on page 4
indicate otherwise.
For a joint account, only the person whose TIN is shown in Part I
should sign (when required). In the case of a disregarded entity, the
person identified on the “Name” line must sign. Exempt payees, see
Exempt Payee on page 3.
Signature requirements. Complete the certification as indicated in
items 1 through 3, below, and items 4 and 5 on page 4.
1. Interest, dividend, and barter exchange accounts opened
before 1984 and broker accounts considered active during 1983.
You must give your correct TIN, but you do not have to sign the
certification.
2. Interest, dividend, broker, and barter exchange accounts
opened after 1983 and broker accounts considered inactive during
1983. You must sign the certification or backup withholding will apply. If
you are subject to backup withholding and you are merely providing
your correct TIN to the requester, you must cross out item 2 in the
certification before signing the form.
3. Real estate transactions. You must sign the certification. You may
cross out item 2 of the certification.
44
Item 1.
Form W -9 (Rev. 12-2011) Page 4
4. Other payments. You must give your correct TIN, but you do not
have to sign the certification unless you have been notified that you
have previously given an incorrect TIN. “Other payments” include
payments made in the course of the requester’s trade or business for
rents, royalties, goods (other than bills for merchandise), medical and
health care services (including payments to corporations), payments to
a nonemployee for services, payments to certain fishing boat crew
members and fishermen, and gross proceeds paid to attorneys
(including payments to corporations).
5. Mortgage interest paid by you, acquisition or abandonment of
secured property, cancellation of debt, qualified tuition program
payments (under section 529), IRA, Coverdell ESA, Archer MSA or
HSA contributions or distributions, and pension distributions. You
must give your correct TIN, but you do not have to sign the certification.
What Name and Number To Give the Requester
For this type of account: Give name and SSN of:
1. Individual The individual
2. Two or more individuals (joint
account)
The actual owner of the account or,
if combined funds, the first
individual on the account 1
3. Custodian account of a minor
(Uniform Gift to Minors Act)
The minor 2
4. a. The usual revocable savings
trust (grantor is also trustee)
b. So-called trust account that is
not a legal or valid trust under
state law
The grantor-trustee 1
The actual owner 1
5. Sole proprietorship or disregarded
entity owned by an individual
The owner 3
6. Grantor trust filing under Optional
Form 1099 Filing Method 1 (see
Regulation section 1.671 -4(b)(2)(i)(A))
The grantor*
For this type of account: Give name and EIN of:
7. Disregarded entity not owned by an
individual
The owner
8. A valid trust, estate, or pension trust Legal entity 4
9. Corporation or LLC electing
corporate status on Form 8832 or
Form 2553
The corporation
10. Association, club, religious,
charitable, educational, or other
tax-exempt organization
The organization
11. Partnership or multi-member LLC The partnership
12. A broker or registered nominee The broker or nominee
13. Account with the Department of
Agriculture in the name of a public
entity (such as a state or local
government, school district, or
prison) that receives agricultural
program payments
The public entity
14. Grantor trust filing under the Form
1041 Filing Method or the Optional
Form 1099 Filing Method 2 (see
Regulation section 1.671 -4(b)(2)(i)(B))
The trust
1 List first and circle the name of the person whose number you furnish. If only one person on a
joint account has an SSN, that person’s number must be furnished.
2 Circle the minor’s name and furnish the minor’s SSN.
3 You must show your individual name and you may also enter your business or “DBA” name on
the “Business name/disregarded entity” name line. You may use either your SSN or EIN (if you
have one), but the IRS encourages you to use your SSN.
4 List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the
personal representative or trustee unless the legal entity itself is not designated in the account
title.) Also see Special rules for partnerships on page 1.
*Note. Grantor also must provide a Form W -9 to trustee of trust.
Note. If no name is circled when more than one name is listed, the
number will be considered to be that of the first name listed.
Secure Your Tax Records from Identity Theft
Identity theft occurs when someone uses your personal information
such as your name, social security number (SSN), or other identifying
information, without your permission, to commit fraud or other crimes.
An identity thief may use your SSN to get a job or may file a tax return
using your SSN to receive a refund.
To reduce your risk:
• Protect your SSN,
• Ensure your employer is protecting your SSN, and
• Be careful when choosing a tax preparer.
If your tax records are affected by identity theft and you receive a
notice from the IRS, respond right away to the name and phone number
printed on the IRS notice or letter.
If your tax records are not currently affected by identity theft but you
think you are at risk due to a lost or stolen purse or wallet, questionable
credit card activity or credit report, contact the IRS Identity Theft Hotline
at 1-800-908-4490 or submit Form 14039.
For more information, see Publication 4535, Identity Theft Prevention
and Victim Assistance.
Victims of identity theft who are experiencing economic harm or a
system problem, or are seeking help in resolving tax problems that have
not been resolved through normal channels, may be eligible for
Taxpayer Advocate Service (TAS) assistance. You can reach TAS by
calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD
1-800-829-4059.
Protect yourself from suspicious emails or phishing schemes.
Phishing is the creation and use of email and websites designed to
mimic legitimate business emails and websites. The most common act
is sending an email to a user falsely claiming to be an established
legitimate enterprise in an attempt to scam the user into surrendering
private information that will be used for identity theft.
The IRS does not initiate contacts with taxpayers via emails. Also, the
IRS does not request personal detailed information through email or ask
taxpayers for the PIN numbers, passwords, or similar secret access
information for their credit card, bank, or other financial accounts.
If you receive an unsolicited email claiming to be from the IRS,
forward this message to phishing@irs.gov. You may also report misuse
of the IRS name, logo, or other IRS property to the Treasury Inspector
General for Tax Administration at 1-800-366-4484. You can forward
suspicious emails to the Federal Trade Commission at: spam@uce.gov
or contact them at www.ftc.gov/idtheft or 1-877-IDTHEFT
(1-877-438-4338).
Visit IRS.gov to learn more about identity theft and how to reduce
your risk.
Privacy Act Notice
Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with
the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation
of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to file information returns with the IRS,
reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District
of Columbia, and U.S. possessions for use in administering their laws. The information also may be disclosed to other countries under a treaty, to federal and state agencies
to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must pro vide your TIN whether or not you are required to
file a tax return. Under section 3406, payers must generally withhold a percentage of taxable interest, dividend, and certain other payments to a payee who does not give a
TIN to the payer. Certain penalties may also apply for providing false or fraudulent information.
45
Item 1.
The undersigned affirms that he/she has read and understands the specifications, terms, and conditions,
all exhibits and attachments contained herein and that they are duly authorized to execute this response to
the Request for Proposal.
Signature Company Date
46
Item 1.
!=
!=
!=
!=
PU B LI C U T I L I T Y CO M M I S S I O N B O U N DA R YPUBLIC U T I L I T Y CO M M I S S I O N B O U N DA R Y
!=
Map #1Existing ConfigurationCity of Sanger2020 - 2024 Distribution Study
0 1,000 2,000 Feet
$
A Phase
B Phase
C P hase
AB Phase
AC Phase
BC Phase
ABC P hase
A Phase
B Phase
C P hase
ABC P hase
Overhead Conductor
Underground Conductor
OverheadTransformer PadmountTransformer
Feeder # of Phases1 Phase2 Phase3 Phase
1 Phase
3 Phase
Feeder # of Phases
12051206
Inset Ma ps
Main Map
AC Phase
12071208
2 Phase
120512061207
1208
0 1,000 2,000 Feet
INSET 1
INSET 2
INSET 3
INSET 2
INSET 3
INSET 1
Recloser
Circuit Breaker
Fuse
Capacitor
Closed Switch
Open Switch
Regulator
Junction Box
Primary Meter
Sectionalizer!=
"S
47
Item 1.
Exhibit 1 Proposer's Name:
RFP-2025-02 Pricing Sheet Electric Utility Line Tree Trimming Services
Item UOM Type of Service Requested Circuit Total
A
1 LS Circuit (your circuit numbers or identification)
2 LS Circuit
3 LS Circuit
4 LS Circuit
5 LS Circuit
6 LS Circuit
7 LS Circuit
8 LS Circuit
9 LS Circuit
10 LS Circuit
11 LS Circuit
12 LS Circuit
B
Item UOM Tree Diameter Removal Rate
1 EA 3" - 6" Dbh
2 EA > 6" - 12" Dbh
3 EA > 12" - 18" Dbh
4 EA > 18" Dbh
5 EA > 18-24" Dbh
6 EA > 24-30" Dbh
The respondent shall complete the following section, which directly corresponds to Section I - Scope of Services, and Section VI,
Payment and Performance Requirements. The contractor shall not make changes to this format.
SECTION I- DESIGNATED CIRCUIT TRIMMING: Furnish all supervision, labor, traffic control
personnel, material, supplies, tools, equipment and transportation to trim and remove trees,
brush, and vines as needed to comply with City of Sanger Electric Tree Trimming Specifications
Tree Removal Rates: To be utilized at sole discretion of City of Sanger Electric to have contract
crews while working on the associated circuit to remove entire trees as identified by City of
Sanger Electric.
* Any tree removal over 30" goes to hourly rates based on hourly crew rate*
The lump-sum Bid: Each independent feeder circuit of work shall include all costs as required to
complete the work in its entirety including but not limited to supervision, labor, equipment, materials,
overhead, profit, insurance, traffic control, clean-up, repair of damages to public/private property, and all
incidentals thereto. . All poles will have a minimum 5’ of clearance around the bottom of the pole.
48
Item 1.
C
Item UOM Application Application Rate
1 Gal Herbicide Application - Price per gallon.
2 HR Herbicide Spray Rig - rate to include all operational costs. (Operator, fuel, permits
and maintenance)
PRICES SHALL INCLUDE DELIVERY, FOB DESTINATION
Item UOM Type of Service Requested Hourly Rate
A
1 HR One Crew at Standard hourly rate (with 8 hours advance notice)
2 HR One Crew at Emergency hourly rate( with less than 8 hours notice)
B
1 HR One Crew at Standard hourly rate
2 HR One Crew at Overtime hourly rate
C
1 HR General Foreman/ISA Certified Arborist- standard hourly rate
2 HR General Foreman/ISA Certified Arborist- overtime hourly rate
3 HR Foreman Tree Trimmer (climbing) - standard hourly rate
4 HR Foreman Tree Trimmer (climbing)- overtime hourly rate
5 HR Line Clearance Trainee or Groundman/Flagman -standard hourly rate
6 HR Line Clearance Trainee or Groundman/Flagman - overtime hourly rate
7 HR General Foreman Vehicle- standard hourly rate
8 HR Equipment Operator (tractor) - standard hourly rate
9 HR Equipment Operator (tractor) - overtime hourly rate
10 HR Aerial Lift with dump bed and disc chipper 75 foot minimum working height and
associated equipment.
11 HR Chip Truck, 10 cubic yard covered dump body with disc chipper and associated
equipment.
Individual Labor and Equipment Rates: Hourly labor or equipment rates as needed
SECTION II - HOT SPOT/EMERGENCY ELECTRIC UTILITY TREE TRIMMING SERVICES Furnish all
supervision, labor, traffic control personnel, material, supplies, tools, equipment and
transportation to trim and remove trees, brush, and vines as needed to comply with City of Sanger
Electric Tree Trimming Specifications for distibution lines up to 25KV.
Aerial Lift Crew Rate: Hourly labor and equipment for 55' minimum ariel working height with one crew with
three persons (one working Foreman with CDL, one qualified line clearance tree trimmer with CDL and one
trimmer trainee or groundman)
Trim and Brush Pick-up Rate: Hourly labor and equipment for one crew with two persons (one working
foreman with CDL and one ground man)
Herbicide Applications: The company making the application is responsible for the purchase, storage,record keeping
and disposal of herbicides. Herbicides will only be applied by qualified applicators. Herbicidecrews, tree crews, and mowing
crews are required to have at least one individual on the crew at all times, whois qualified to apply herbicides. A qualified
applicator is an individual who has been trained regarding the product and application method, and meets any federal, state,
and local laws and regulations. This individual may be required to hold a certified applicators license, or be under the direct
supervision of a certified applicator.This will depend upon state laws and regulations where the application is made. Supervisors
of qualified applicators are required to hold a certified applicators license in the state or states in which they supervise crews. A
marking agent (die) will be mixed with and used on applications to mark where herbicied has been applied.
49
Item 1.
12 HR Tractor, WD with bush hog and associated equipment.
13 HR Chipper only (DISC only).
14 HR Hydro Ax Tree Shredder - Large - rate to include all operational costs. (Operator,
fuel, and maintenance)
15 HR Hydro Ax Tree Shredder -Small - rate to include all operational costs. (Operator,
fuel, and maintenance)
16 HR Giraffe All-Terrain Tree Trimmer - rate to include all operational costs. (Operator,
fuel, and maintenance)
17 HR 18 Wheel Tractor Trailer - rate to include all operational costs. (Operator, fuel,
permits and maintenance)
D
Item UOM Tree Diameter Removal Rate
1 EA 3" - 6" Dbh
2 EA > 6" - 12" Dbh
3 EA > 12" - 18" Dbh
4 EA > 18" Dbh
5 EA > 18-24" Dbh
6 EA > 24-30" Dbh
E
Item UOM Application Application Rate
1 Gal Herbicide Application - Price per gallon.
2 HR Herbicide Spray Rig - rate to include all operational costs. (Operator, fuel, permits
and maintenance)
PRICES SHALL INCLUDE DELIVERY, FOB DESTINATION
Item UOM Type of Service Requested Hourly Rate
A
1 HR One Crew at Standard hourly rate (with 8 hours advance notice)
2 HR One Crew at Emergency hourly rate( with less than 8 hours notice)
B
1 HR One Crew at Standard hourly rate
2 HR One Crew at Overtime hourly rate
Tree Removal Rates: To be utilized at sole discretion of City of Sanger Electric to have contract
crews while working on the associated hot spot to remove entire trees as identified by City of
Sanger Electric.
Herbicide Applications: The company making the application is responsible for the purchase, storage,record keeping
and disposal of herbicides. Herbicides will only be applied by qualified applicators. Herbicidecrews, tree crews, and mowing
crews are required to have at least one individual on the crew at all times, whois qualified to apply herbicides. A qualified
applicator is an individual who has been trained regarding the product and application method, and meets any federal, state,
and local laws and regulations. This individual may be required to hold a certified applicators license, or be under the direct
supervision of a certified applicator.This will depend upon state laws and regulations where the application is made. Supervisors
of qualified applicators are required to hold a certified applicators license in the state or states in which they supervise crews. A
marking agent (die) will be mixed with and used on applications to mark where herbicied has been applied.
SECTION III - Distribution Projects/Line Extension Tree Trimming - Furnish all supervision, labor,
traffic control personnel, material, supplies, tools, equipment and transportation to trim and
remove trees, brush, and vines as needed to comply with City of Sanger Electric Tree Trimming
Specifications for distibution lines up to 25KV. . All poles will have a minimum 5’ of clearance
around the bottom of the pole.
Aerial Lift Crew Rate: Hourly labor and equipment for 55' minimum ariel working height with one crew with
three persons (one working Foreman with CDL, one qualified line clearance tree trimmer with CDL and one
trimmer trainee or groundman)
Trim and Brush Pick-up Rate: Hourly labor and equipment for one crew with two persons (one working
foreman with CDL and one ground man)
* Any tree removal over 30" goes to hourly rates based on hourly crew rate*
50
Item 1.
C
1 HR General Foreman/ISA Certified Arborist- standard hourly rate
2 HR General Foreman/ISA Certified Arborist- overtime hourly rate
3 HR Foreman Tree Trimmer (climbing) - standard hourly rate
4 HR Foreman Tree Trimmer (climbing)- overtime hourly rate
5 HR Line Clearance Trainee or Groundman/Flagman -standard hourly rate
6 HR Line Clearance Trainee or Groundman/Flagman - overtime hourly rate
7 HR General Foreman Vehicle- standard hourly rate
8 HR Equipment Operator (tractor) - standard hourly rate
9 HR Equipment Operator (tractor) - overtime hourly rate
10 HR Aerial Lift with dump bed and disc chipper 75 foot minimum working height and
associated equipment.
11 HR Chip Truck, 10 cubic yard covered dump body with disc chipper and associated
equipment.
12 HR Tractor, WD with bush hog and associated equipment.
13 HR Chipper only (DISC only).
14 HR Hydro Ax Tree Shredder - Large - rate to include all operational costs. (Operator,
fuel, and maintenance)
15 HR Hydro Ax Tree Shredder -Small - rate to include all operational costs. (Operator,
fuel, and maintenance)
16 HR Giraffe All-Terrain Tree Trimmer - rate to include all operational costs. (Operator,
fuel, and maintenance)
17 HR 18 Wheel Tractor Trailer - rate to include all operational costs. (Operator, fuel,
permits and maintenance)
D
Item UOM Tree Diameter Removal Rate
1 EA 3" - 6" Dbh
2 EA > 6" - 12" Dbh
3 EA > 12" - 18" Dbh
4 EA > 18" Dbh
5 EA > 18-24" Dbh
6 EA > 24-30" Dbh
E
Item UOM Application Application Rate
1 Gal Herbicide Application - Price per gallon.
2 HR Herbicide Spray Rig - rate to include all operational costs. (Operator, fuel, permits
and maintenance)
PRICES SHALL INCLUDE DELIVERY, FOB DESTINATION
Individual Labor and Equipment Rates: Hourly labor or equipment rates as needed
Tree Removal Rates: To be utilized at sole discretion of City of Sanger Electric to have contract
crews while working on the associated project to remove entire trees as identified by City of
Sanger Electric.
* Any tree removal over 30" goes to hourly rates based on hourly crew rate*
Herbicide Applications: The company making the application is responsible for the purchase, storage,record keeping
and disposal of herbicides. Herbicides will only be applied by qualified applicators. Herbicidecrews, tree crews, and mowing
crews are required to have at least one individual on the crew at all times, whois qualified to apply herbicides. A qualified
applicator is an individual who has been trained regarding the product and application method, and meets any federal, state,
and local laws and regulations. This individual may be required to hold a certified applicators license, or be under the direct
supervision of a certified applicator.This will depend upon state laws and regulations where the application is made. Supervisors
of qualified applicators are required to hold a certified applicators license in the state or states in which they supervise crews. A
marking agent (die) will be mixed with and used on applications to mark where herbicied has been applied.
51
Item 1.
Exhibit 2 Proposer's Name:
1 Circuit # (Your Circuit Numbers or Identification)
2 Circuit #
3 Circuit #
4 Circuit #
5 Circuit #
6 Circuit #
7 Circuit #
8 Circuit #
9 Circuit #
10 Circuit #
11 Circuit #
12 Circuit #
PRICES SHALL INCLUDE DELIVERY, FOB DESTINATION
Expedited Payment Discounts
Payment Terms Additional Discount %
Invoice Paid in 20 days
Invoice Paid in 15 days
Invoice Paid in 10 days
The lump-sum Bid for each independent feeder circuit of work shall
include all costs as required to complete the work in its entirety
including but not limited to supervision, labor, equipment,
materials, overhead, profit, insurance, traffic control, clean-up,
repair of damages to public/private property, and all incidentals
thereto.
Payment terms for the City of Sanger Electric are typically 30 days. Please indicate the
additional discount extended to each monthly invoice that is paid within the time period indicated
below. (Not sure if you offer this, delete if not)
DESIGNATED CIRCUIT TRIMMING: Site Drawings
Please provide the payment discounts below you may be able to pass on to benefit the City.
52
Item 1.
CITY COUNCIL COMMUNICATION
DATE: March 3, 2025
FROM: Kelly Edwards, City Secretary
AGENDA ITEM: Consideration and possible action on the minutes from the February 18, 2025,
meeting.
SUMMARY:
N/A
FISCAL INFORMATION:
Budgeted: N/A Amount: $0.00 GL Account: N/A
RECOMMENDED MOTION OR ACTION:
Approve the minutes from the meeting on February 18, 2025.
ATTACHMENTS:
City Council minutes
53
Item 2.
City Council Minutes 02-14-2025
Page 1 of 4
CITY COUNCIL
MEETING MINUTES
FEBRUARY 18, 2025, 6:00 PM
CITY COUNCIL REGULAR MEETING
HISTORIC CHURCH BUILDING - 403 N 7TH STREET, SANGER, TEXAS
CALL THE WORK SESSION TO ORDER AND ESTABLISH A QUORUM
Mayor Muir called the work session to order at 6:01 p.m.
COUNCILMEMBERS PRESENT
Mayor Thomas Muir
Mayor Pro Tem, Place 2 Gary Bilyeu
Councilmember, Place 1 Marissa Barrett
Councilmember, Place 3 Dennis Dillon
Councilmember, Place 4 Allen Chick
Councilmember, Place 5 Victor Gann
COUNCILMEMBERS ABSENT
None
STAFF MEMBERS PRESENT:
City Manager John Noblitt, City Secretary Kelly Edwards, City Attorney Hugh Coleman, Director
of Human Resources and Special Projects Jeriana Staton-Hemb, and Police Chief Tyson Cheek.
EXECUTIVE SESSION
Pursuant to the Open Meetings Act, Chapter 551, the City Council Will Meet in a Closed
Executive Session in Accordance with the Texas Government Code:
Section 551.074. PERSONNEL MATTERS
For deliberations regarding the appointment, employment, evaluation, reassignment, duties,
discipline or dismissal of a public officer or employee.
- City Attorney
Council convened into executive session at 6:02 p.m.
54
Item 2.
City Council Minutes 02-14-2025
Page 2 of 4
RECONVENE INTO WORK SESSION
Council reconvened into open session at 7:07 p.m.
OVERVIEW OF ITEMS ON THE REGULAR AGENDA
No discussion.
ADJOURN THE WORK SESSION
There being no further business, Mayor Muir adjourned the work session at 7:07 p.m.
CALL THE REGULAR MEETING TO ORDER AND ESTABLISH A QUORUM
Mayor Muir called the regular meeting to order at 7:08 p.m.
COUNCILMEMBERS PRESENT
Mayor Thomas Muir
Mayor Pro Tem, Place 2 Gary Bilyeu
Councilmember, Place 1 Marissa Barrett
Councilmember, Place 3 Dennis Dillon
Councilmember, Place 4 Allen Chick
Councilmember, Place 5 Victor Gann
COUNCILMEMBERS ABSENT
None
STAFF MEMBERS PRESENT:
City Manager John Noblitt, City Secretary Kelly Edwards, City Attorney Hugh Coleman, Director
of Development Services Ramie Hammonds, Director of Public Works Jim Bolz, Director of
Human Resources and Special Projects Jeriana Staton-Hemb, Library Director Laura Klenke, and
Police Chief Tyson Cheek.
INVOCATION AND PLEDGE
Councilmember Chick gave the Invocation. The Pledge of Allegiance was led by Councilmember
Barrett.
55
Item 2.
City Council Minutes 02-14-2025
Page 3 of 4
CITIZENS COMMENTS
Kendall Kuykendall spoke regarding the Sanger Family Medical Clinic and the process of
completing the facility.
REPORTS
1. Annual presentation and overview of library department operations.
Director Klenke provided a presentation and overview of the Library.
Discussion ensued regarding the consortium loan book program.
CONSENT AGENDA
2. Consideration and possible action on the minutes from the February 3, 2025, meeting.
3. Consideration and possible action to purchase 90 Water Meters and Smart Point Radios
from Aqua Metric for a total cost of $55,705.50, utilizing Houston-Galveston Area
Council (H-GAC).
4. Consideration and possible action on authorizing staff to issue Invitation to Bid for
additional blower at the Sanger Wastewater Treatment Plant.
5. Consideration and possible action on a Final Plat of Blue Star Phase 2, being
approximately 14.2225 acres of land described as A1066A J.M.A. RUIZ, TR 12 and 12A,
within the City of Sanger, generally located east of I-35 and approximately 1746 feet
south of Chisum Rd.
6. Consideration and possible action on FM 455/I-35 aesthetics relating to the
construction and mounting of City Seals authorizing the City Manager to execute the
Texas Department of Transportation Change Order Third Party Funding Notification in
the amount of $327,533.64.
7. Consideration and possible action on the Final Plat of the Belz Road Retail Addition
Phase 1 – Multi-Family, being 17.33 acres described as HENRY TIERWESTER SURVEY,
ABSTRACT NO. 1241, BLOCK A, LOT 3, located in the City of Sanger and generally
located on the west side of North Stemmons Frwy at the intersection of West Chapman
Dr and North Stemmons Frwy.
Motion to approve made by Councilmember Barrett, Seconded by Councilmember
Gann.
Ayes: Barrett, Bilyeu, Chick, Dillon, and Gann.
Nays: None
Motion passed unanimously.
56
Item 2.
City Council Minutes 02-14-2025
Page 4 of 4
FUTURE AGENDA ITEMS
None.
INFORMATIONAL ITEMS
8. Republic Collection Reports - July | August | September 2024
EXECUTIVE SESSION
Pursuant to the Open Meetings Act, Chapter 551, the City Council Will Meet in a Closed
Executive Session in Accordance with the Texas Government Code:
Section 551.074. PERSONNEL MATTERS
For deliberations regarding the appointment, employment, evaluation, reassignment, duties,
discipline or dismissal of a public officer or employee.
- City Attorney
Council convened into executive session at 7:47 p.m.
RECONVENE INTO REGULAR SESSION
Council reconvened into open session at 8:54 p.m.
Motion to approve the contract as discussed with the City Attorney made by
Councilmember Chick, Seconded by Councilmember Gann.
Ayes: Chick, Dillon, and Gann.
Nays: Barrett and Bilyeu
Motion passed 3-2-0.
ADJOURN
There being no further business, Mayor Muir adjourned the meeting at 8:55 p.m.
_______________________________
Thomas E. Muir, Mayor
______________________________
Kelly Edwards, City Secretary
57
Item 2.
CITY COUNCIL COMMUNICATION
DATE: March 3, 2025
FROM: Ryan Nolting, Parks & Recreation Director
AGENDA ITEM: Consideration and possible action on accepting construction documents to repair
leaks to the Porter Sports Park Pond provided by Halff Associates and closing
task order.
SUMMARY:
Fall, 2023 Staff noticed the Porter Park Pond was not holding a consistent water level.
Staff made multiple attempts to fix the leaks in the pond.
March 18, 2024, the City entered into an agreement with Halff Associated for construction and bid
documents to repair leaks to the Porter Sports Park Pond.
In the Halff and Associates agreement, the scope of services provided the following: 1. Project
management and coordination; 2. Field Data Collection; 3. Environmental; 4. Design; 5. Bid
Documents.
February 3, 2025, City Council approved the 90% construction documents.
FISCAL INFORMATION:
Budgeted: Yes Amount: $81,600 GL Account: 32-5343
RECOMMENDED MOTION OR ACTION:
Staff recommends approval
ATTACHMENTS:
City Council Communication
Porter Park Pond Rehab Bid Book
Porter Park Pond Rehab Plans
Porter Park Pond Rehab OPCC
58
Item 3.
PROJECT MANUAL
FOR
CITY OF SANGER, TEXAS
PORTER PARK POND REHABILITATION
PORTER SPORTS PARK
2100 IH-35 FRONTAGE RD
SANGER, TX 76266
Prepared by:
Halff
2601 Meacham Boulevard, Suite 600
Fort Worth, Texas 76137
Parks and Recreation
City of Sanger
201 Bolivar Street
Sanger, Texas 76266
January 23, 2025
59
Item 3.
TABLE OF CONTENTS
SECTION AB Advertisement for Bids
SECTION IB Instructions to Bidders
SECTION PF Proposal Form
SECTION QF Qualifications Form
SECTION EF Ethics From
SECTION VC Vendor Compliance Form
SECTION CC Contractor Compliance Form
SECTION CA Contract Agreement
SECTION IF Insurance Form
SECTION PrB Performance Bond
SECTION PyB Payment Bond
SECTION MB Maintenance Bond
SECTION BP Contractor’s Affidavit of Bills Paid
SECTION GP General Provisions
SECTION SP Special Provisions
SECTION T Technical Specifications
SECTION T-1 General
SECTION T-2 Porter Park Pond Rehabilitation – Technical Data
APPENDIX Geotechnical Report 117-24-360
Sample of Texas Sales Tax Exemption Certificate
Addenda
Construction Documents
60
Item 3.
SECTION AB
ADVERTISEMENT FOR BIDS
61
Item 3.
SECTION AB
ADVERTISEMENT FOR BIDS
ADVERTISEMENT FOR BIDS
City of Sanger
1. Sealed bids in duplicate addressed to the City of Sanger, Texas for Porter Park Pond
Rehabilitation, for the City of Sanger, Texas, hereinafter called the "the Project" to be
constructed in accordance with the plans, specifications and contract documents prepared by
Halff will be received at the office of the Director of Parks and Recreation of the City of
Sanger, Texas, at 201 Bolivar Street, Sanger, Texas 76266, until TIME on DATE. Bids
received by the appointed time will be opened thereafter and read aloud. Any bids received
after closing time will be returned unopened.
2. A Pre-Bid Conference will be held at TIME on DATE, at the Sanger Parks and Recreation
offices at 201 Bolivar Street, Sanger, Texas 76266. As part of the Pre-Bid Conference, City
representatives will escort prospective bidders to the Project site after a general question and
answer session is completed. The Pre-Bid Conference is not mandatory; however, anyone
submitting a bid without attending the Pre-Bid Conference may fail to obtain information
relating to the Project that may impact the requirements of this bid, resulting in the bid being
non-responsive and rejected as non-conforming. All questions regarding the Project related
to the plans or the Pre-Bid Conference shall be submitted to Ryan Nolting with the City of
Sanger, (rnolting@sangertexas.org). No questions will be answered within 48 hours of bid
opening.
3. Each bidder shall place on the outside of the envelope in which the bid is contained, the
following words:
Porter Park Pond Rehabilitation
City of Sanger, Texas
4. As a guarantee that a bidder will enter into a contract and execute Payment, Performance and
Maintenance Bonds within seven (7) days after notice of award of contract to the bidder, all
bids shall be accompanied by (i) a cashier's check or certified check in the amount not less
than five percent (5%) of the total maximum bid price drawn upon a national or state bank
and payable without recourse to the City of Sanger, or (ii) a bid bond in the amount of five
percent (5%) of the submitted bid from a reliable surety company.
5. Plans, specifications and bidding documents may be examined or purchased from the Halff
Fort Worth office beginning at TIME, DATE, upon payment of a non-refundable fee of One
Hundred Dollars ($100.00) per set, payable to Halff. The Halff Fort Worth office is located
at 2601 Meacham Boulevard, Suite 600, Fort Worth, TX 76137. Office Phone: (817) 764-
7436.
AB-1
62
Item 3.
6. Contract Documents are on file and may be examined without charge in the Halff Fort Worth
Office. They may also be available at plan centers.
7. The right is reserved by the City to reject any and all bids and to waive any informality in
bids received. The City reserves the right to select any bid or combination of bids that will
best serve the interests of the City.
8. The Bidder (Proposer) must supply all the information required by the Proposal Form.
9. A Performance Bond, Payment Bond and Maintenance Bond will be required by the City;
each bond shall be in the amount of 100% of the total contract amount. The Maintenance
Bond shall be active for a period of two (2) years from the time of final acceptance of the
Project.
10. No officer or employee of the City of Sanger shall have a financial interest, direct or indirect,
in any contract with the City of Sanger.
END OF SECTION
AB-2
63
Item 3.
SECTION IB
INSTRUCTIONS TO BIDDERS
64
Item 3.
SECTION IB
INSTRUCTIONS TO BIDDERS
PROJECT: Porter Park Pond Rehabilitation
1. PROJECT DESCRIPTION: The Project consists of the rehabilitation of Porter Park
Pond, a retention facility located at the southern end of Sanger Sports Park experiencing
abnormal water level loss. The elements of the project include, but are not limited to:
excavating, storm drainage improvements, grading, park signage, aquatic species
relocation, irrigation repairs and modifications, and erosion control. All existing utilities
shall be located/secured/relocated as necessary before ANY grading or demolition
begins. Contractor shall notify City if any utilities differ from their locations on the plans.
Refer to the plans for the location of the Project. SWPPP permit must be acquired and
implemented prior to ANY grading or demolition activity.
2. There will be a pre-bid conference on DATE at TIME at the Sanger Parks and
Recreation offices at 201 Bolivar Street, Sanger, Texas 76266.
3. BIDS: Bids must be in accordance with these instructions in order to receive
consideration.
4. BIDDING DOCUMENTS: Bidding Documents include the Bidding Requirements,
General Provisions, Special Provisions, Technical Specifications (including documents
included in the Appendix), and Drawings plus Addenda which may be issued by the City
of Sanger during the bidding period. Bidding Documents may be viewed and/or obtained
under the terms and conditions set forth in the Advertisement for Bids, Section AB of this
Project Manual.
5. EXAMINATION OF BIDDING DOCUMENTS AND SITE: Bidders shall carefully
examine the Bidding Documents and the Project site to obtain first-hand knowledge of
the scope and conditions of the Work. Each Contractor, Bidder and any prospective
subcontractor, by submitting a bid to perform any portion of the Work, represents and
warrants that he has examined the Drawings/Site Plan, Specifications (Project Manual)
and the site of the Work, and from his own investigation has satisfied himself as to the
scope, accessibility, nature and location of the Work; the character of the equipment and
other facilities needed for the performance of the Work; the character and extent of other
work to be performed; the local conditions; labor availability, practices and jurisdictions
and other circumstances that may affect the performance of the Work. No additional
compensation will be allowed by the City for the failure of such Contractor/Successful
Bidder and subcontractor to inform himself as to conditions affecting the Work. Bidders
may gain access to the site of the Work by contacting the City’s Parks and Recreation
Department at 940-458-2718.
IB-1
65
Item 3.
6. INTERPRETATION OF DOCUMENTS: Any person considering submitting a bid for
the Project may submit to the City a written request for interpretation or clarification
regarding any part of the Drawings, Site Plan, Specifications (Project Manual) no later
than Forty-Eight (48) hours prior to the date set for opening bids.
Bidders should act promptly and allow sufficient time for a reply to reach them before
preparing their bids. Any interpretation or clarification will be in the form of an
Addendum duly issued. No alleged verbal interpretations of ruling will be held binding
upon the City.
7. SUBSTITUTIONS: Conditions governing the submission of substitutions for specific
materials, products, equipment and processes are in the Special Provisions.
8. ADDENDA: Interpretations, clarifications, additions, deletions and modifications to the
Documents during the bidding period will be issued in the form of Addenda, and a copy
of each Addenda will be emailed, faxed or delivered to each person who has been issued
a set of the Bidding Documents and the Contract Document, and receipt of addenda shall
be acknowledged in the Bid Form. All such interpretations and supplemental
instruction(s) will be in the form of written addenda to the contract document which, if
issued, will be emailed, faxed or hand delivered to all prospective bidders (at the
respective addressed furnished for such purposes by the bidders) not later than twenty-
four (24) hours prior to the date and time fixed for the opening of bids. If any bidder fails
to acknowledge the receipt of such addenda in the space provided in the bid form, his bid
will nevertheless be construed as though the receipt of such addenda has been
acknowledged.
9. COMPLETION TIME: A reasonable completion time has been established by the City
and is indicated in the Instruction to Bidders, number 17.
10. PREPARATION FOR BIDS: Prices quoted shall include all items of costs, expenses,
taxes, fees and charges incurred, or arising out of the performance of the work to be
performed under the Contract. Bids shall be submitted in duplicate and shall be signed in
ink. Any bid on other than the required form will be considered informal and may be
rejected. Erasures or other changes in a bid must be explained or noted over the initials
of the bidder. Bids containing any conditions, omissions, unexplained erasures and
alterations, or irregularities of any kind may be rejected as informal. The prices should
be expressed in words and figures or they may be deemed informal and may be rejected.
In case of discrepancy between the prices written in the bid and those given in figures,
the price in writing will be considered as the bid. Failure to submit all requested
information will make a bid irregular and subject to rejection. Bids shall be signed with
name typed or printed below signature, and, if a partnership, give full name of all
partners. Where bidder is a corporation, bids must be signed with the legal name of the
corporation followed by the name of the state of incorporation and the legal signature of
an officer authorized to bind the corporation to a contract.
IB-2
66
Item 3.
11. SUBMITTAL OF BIDS: Sealed bids will be received at the time, date,
and place stated in the Advertisement for Bids. Bids shall be made on unaltered Bid
Forms furnished by the City. Bids must be submitted in an opaque, sealed envelope
addressed to the City and plainly marked on the outside of the envelope with the Project
name and the name and address of the bidder. A Bid Bond must be completed and signed
by each bidder and submitted with the bid. Submit bids by mail or in person prior to the
time for receiving bids set forth in the Advertisement for Bids issued by the City. Bids
must actually be received in the Office of the Parks and Recreation office before the time
of the bid opening.
12. MODIFICATIONS AND WITHDRAWAL OF BIDS: Prior to the time set for bid
opening, bids may be withdrawn or modified. Bids may be modified only on the official
bid form and must be signed by a person legally empowered to bind the bidder. No
bidder shall modify, withdraw or cancel his bid or any part thereof for sixty (60) calendar
days after the receipt and opening of the bids.
13. DISQUALIFICATIONS: The City reserves the right to disqualify proposals before or
after the opening, upon evidence of collusion with intent to defraud or other illegal
practices relating to this proposal on the part of the bidder.
14. SUBMISSION OF POST-BID INFORMATION: Upon notification of acceptance, if
requested by the City, the selected bidder shall submit the following within five (5)
calendar days: l. A designation of the portions of the Work proposed to be performed by
the bidder with his own force: 2. A list of names of the subcontractors or other persons or
organizations, including those who are to furnish materials and equipment fabricated to a
special design proposed for such portions of the Work as may be designated in the
Bidding Documents or as may be requested by the City. The bidder will be required to
establish to the satisfaction of the City the reliability and responsibility of the proposed
Subcontractors and suppliers to furnish and perform the Work.
15. AWARD: The City reserves the right to accept any or to reject any and all bids without
compensation to bidders and to waive irregularities and informalities.
The City, in reviewing the bids, will consider the following elements:
1. Whether the bidder is a contractor with experience in the type of work involved.
2. Whether the bidder has adequate plant, equipment and personnel to perform the work
properly and expeditiously.
3. Whether the bidder has a suitable financial status and reputation for meeting
obligations incident to work of the kind specified.
4. Whether the bidder has met the timeline specified in the project specifications.
IB-3
67
Item 3.
16. EXECUTION OF THE CONTRACT: The successful bidder will be required to enter into
a contract with the City within seven (7) calendar days of notice by the City that his bid
has been accepted. Failure to enter into a contract within the established time limit
without proper justification shall be considered grounds for forfeiture of the bid bond.
17. CONSTRUCTION SCHEDULE: It is the City's desire to have the Project completed and
operational in as short a time as possible. The number of calendar days for completion of
the Project will begin with the date specified in the Notice to Proceed. The Notice to
Proceed will be issued in a manner to facilitate smooth construction of the Project. The
Contractor shall begin construction within seven (7) calendar days of the issuance of the
Notice to Proceed. The Contractor shall complete construction within eighty-five (85)
calendar days from the date of beginning specified in the Notice to Proceed.
18. LIQUIDATED DAMAGES: The time of completion is of the essence for this contract.
For each calendar day that any work shall remain uncompleted after the time specified in
the bid and the contract, or the increased time granted by the City, as equitably increased
by additional work or materials ordered after the Contract is signed, the sum per day
given in the following schedule may be deducted from the monies due the Contractor:
$500 per Calendar Day
The sum of money thus deducted for such delay, failure or non-completion is not to be
considered as a penalty, but shall be deemed, taken and treated as reasonable liquidated
damages, per calendar day that the Contractor shall be in default after the time stipulated
in the Contract for completing the Work. The said amounts are fixed and agreed upon by
and between the City and Contractor because of the impracticability and extreme
difficulty of fixing and ascertaining the actual damages to the City in such event would
sustain and which shall be retained from the monies due, or that may become due, the
Contractor under this Contract; and if said monies be insufficient to cover the amount
owing, then the Contractor or his surety shall immediately pay any additional amounts
due. If the Contractor finds it impossible, for reasons beyond his control, to complete the
work within the contract time as specified, the Contractor may make a written request for
an extension of time in accordance with the General Provisions.
19. FORM OF CONTRACT: The contract for the construction of the Project will be drawn
up by the City. A sample form of agreement is included in the Contract Agreement
Section.
20. BONDS: A Performance Bond, Payment Bond, Maintenance Bond and an Affidavit of
Bills Paid will be required by the City. Sample forms have been included in the PrB,
PyB, MB and BP sections.
IB-4
68
Item 3.
21. BID SECURITY: As a guarantee that a bidder will enter into a contract and execute
Payment, Performance and Maintenance Bonds within seven (7) days after notice of
award of contract to bidder, all bids shall be accompanied by (i) a cashier's check or
certified check in an amount not less than five percent (5%) of the total maximum bid
price drawn upon a national or state bank, and payable without recourse to the City of
Sanger, or (ii) a bid bond in the same amount of five percent (5%) of the submitted bid
from a reliable surety company. Such checks or bid bonds will be returned sixty (60)
calendar days after the date of the opening of bids, upon demand of the bidder at any time
thereafter, so long as he has not been notified of the acceptance of this bid.
22. RESOLUTIONS: If the bidder is a corporation, a copy of the resolution empowering the
person submitting the bid to bind the bidder must be included with the bid.
23. CONSTRUCTION STAKING: Construction staking will not be provided by the City.
Construction staking is required and will be paid for by the Contractor.
24. FINAL PAYMENT: The general provisions for Final Payment shall be as stated in the
North Central Texas Council of Governments Standard Specifications for Public Works
Construction (Newest Edition) including all Amendments and Additions. Prior to final
payment the Contractor shall provide the City with the following items:
1. A Contractor's Affidavit of Bills Paid in accordance with Section BP.
2. A Consent of Surety Company to Final Payment.
3. Two copies of all O & M manuals to include all factory warranties.
4. Two copies of all submittals.
5. Onsite training of any mechanical equipment.
6. All as-built plans redlined as outlined in Section SP, 4, Shop Drawings.
25. INSURANCE: The Contractors' Certificate of Insurance shall include the following
provisions:
A. Contractor shall, during the term of this Agreement, maintain in full force and
effect the following insurance.
1) a comprehensive general liability policy of insurance covering bodily
injury, death and property damage including the property of the City, its
officers, contractors, agents and employees insuring against all claims,
demands or actions relating to the work and services provided pursuant
to this Agreement with minimum limits on a per project basis of not less
than One Million Dollars ($1,000,000) combined single limit and Two
Million Dollars ($2,000,000) aggregate, including products and
IB-5
69
Item 3.
completed operations coverage and Personal and Advertising Injury with
a minimum per occurrence limit of One Million Dollars ($1,000,000).
This policy shall be primary to any policy or policies carried by or
available to the third party;
2) a policy of automobile liability insurance covering all operations of
Contractor pursuant to this Agreement involving the use of motor
vehicles, including all owned, non-owned and hired vehicles with
minimum limits of not less than One Million Dollars ($1,000,000)
combined single limit for bodily injury, death and property damage
liability; and
3) statutory Worker’s Compensation Insurance at the statutory limits.
B. All insurance and certificate(s) of insurance shall contain the following
provisions:
1) name City, its officers, and employees as additional insureds as to all
applicable coverage with the exception of Workers Compensation
Insurance; and
2) provide for at least thirty (30) days prior written notice to City for
cancellation or non-renewal of the insurance; and
3) provide for a waiver of subrogation against the City for injuries,
including death, property damage, or any other loss to the extent the
same is covered by the proceeds of insurance. Contractor shall provide
written notice to City of any material change of or to the insurance
required herein.
C. All insurance companies providing the required insurance shall be authorized to
transact business in Texas and rated at least “A: VIII” by AM Best or other
equivalent rating service.
D. A certificate of insurance evidencing the required insurance and all endorsements
shall be delivered to City not later than seven (7) days after being notified of
award of the Agreement for the Project.
26. WORKERS COMPENSATION: The Contractor shall meet all the conditions regarding
Workers' Compensation Insurance Coverage as set forth in the Special Provisions.
END OF SECTION
IB-6
70
Item 3.
SECTION PF
PROPOSAL FORM
71
Item 3.
PROPOSAL FORM
__________ ____,2025
TO: The Honorable Mayor and City Council
City of Sanger, Texas
RE: City of Sanger
Porter Park Pond Rehabilitation
Gentlemen/Ladies:
The undersigned bidder, having examined the plans, specifications, contract documents, and the
location of the proposed work, and being fully advised as to the extent and character of the work
proposes to furnish all equipment and to perform labor and work necessary for completion of the
work described by and in accordance with the Plans, Specifications and Contract Documents for
the following prices, to wit:
Signed by: ___________________________________
Title:_______________________________________
PF-1
72
Item 3.
CITY OF SANGER, TEXAS
PORTER PARK POND REHABILITATION
BASE BID SCHEDULE
Item
No.
Estimated
Bid
Quantity
Unit Description & Unit Price in Words Unit Price in
Figures
Total Amount
SI-1 3.0 Ac Site Preparation, complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-2 1 LS Aquatic Resources Relocation Plan (ARRP),
complete per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-3 1 LS Care of Water, complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-4 1 LS Construction Staking, complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-5 19 SY Removing Rock Rip Rap (Grouted and
Ungrouted), complete per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-6 1 EA Removing Headwall (Variable Size),
complete per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
PF-2
73
Item 3.
CITY OF SANGER, TEXAS
PORTER PARK POND REHABILITATION
BASE BID SCHEDULE
Item
No.
Estimated
Bid
Quantity
Unit Description & Unit Price in Words Unit Price in
Figures
Total Amount
SI-7 77 LF Removing Storm Drain Pipe (Variable Size),
complete per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-8 1 EA Remove, Salvage and Reinstall Pond
Fountain, Controller, and Pump, complete
per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-9 1 LS Remove, Salvage, Reinstall Existing Dock,
complete per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-
10
6,204 CY Unclassified Excavation, complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-
11
6,204 CY Spoil, complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-
12
4,029 CY Borrow (Pond Liner), complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
PF-3
74
Item 3.
CITY OF SANGER, TEXAS
PORTER PARK POND REHABILITATION
BASE BID SCHEDULE
Item
No.
Estimated
Bid
Quantity
Unit Description & Unit Price in Words Unit Price in
Figures
Total Amount
SI-
13
153 SY 4 Inch Riprap (Conc) (RR8&RR9) (TxDOT
Standard), complete per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-
14
29 LF 18 Inch HDPE Pipe, complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-
15
39 LF 24 Inch HDPE Pipe, complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SI-
16
2 EA Sloped End Treatment Headwall, complete
per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SII-1 1 LS SWPPP, complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SII-2 7,473 SY Hydromulch Seeding with Retention Blanket,
complete per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
PF-4
75
Item 3.
CITY OF SANGER, TEXAS
PORTER PARK POND REHABILITATION
BASE BID SCHEDULE
Item
No.
Estimated
Bid
Quantity
Unit Description & Unit Price in Words Unit Price in
Figures
Total Amount
SIII-
1
1 LS Irrigation Repairs and Modifications,
complete per unit
$__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
SII-2 3 EA Tree Protection, complete per unit $__________ $__________
____________________________________
____________________________Dollars &
____________________________Cents
PF-5
76
Item 3.
ACKNOWLEDGMENT OF ADDENDA:
The Bidder acknowledges receipt of the following addenda:
ADDENDUM No. 1: _________________
ADDENDUM No. 2: _________________
ADDENDUM No. 3: _________________
ADDENDUM No. 4: _________________
ADDENDUM No. 5: _________________
PF-6
77
Item 3.
TOTAL AMOUNT BID FOR BASE BID SCHEDULE MATERIALS AND SERVICES
$______________________
BASE BID SCHEDULE, INCLUSIVE
___________________________________________________DOLLARS
___________________________________________________CENTS
The substantial completion time for this Contract is eighty-five (85) calendar days.
PF-7
78
Item 3.
NOTES:
1. All items, labor, materials, equipment, facilities, additional mobilizations, incidentals
and work required for construction of the Project are to be provided and included by
the Contractor as part of the Project and payment for the cost of such shall be
included in the price bid for the construction of the Project.
2. Removal and disposal of any and all material shall be included in the bid item for
removal.
3. Prices must be shown in words and figures for each item listed per unit in this
proposal. In the event of a discrepancy, the words shall control.
4. Materials, which are "tax exempt," are those items which are physically incorporated
into the facilities constructed for the City, as set forth in the Special Provisions.
5. Services, which are "not tax exempt," are those items which are used by the
Contractor but are not physically incorporated into the City’s facility and/or items
which are consumed by construction, as set forth in the Special Provisions. Services
include, but are not limited to, items such as supplies, tools, skill and labor, the
purchase, rental or lease of equipment, etc.
6. Contractor shall provide City with breakdown of materials and services upon request
by City, for pay estimate purposes.
PF-8
79
Item 3.
BIDDER is:
An Individual
By ________________________________________________________________(Seal)
(Individual's Name)
Doing business as:
Business address:
Phone No.
A Partnership
By________________________________________________________________(Seal)
(Firm Name)
(General Partner)
Doing business as:
Business address:
Phone No.
PF-9
80
Item 3.
A Corporation
By
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
(Corporate Seal)
Attest
(Secretary)
Business address:
Phone No.
A Joint Venture
By
(Name)
(Address)
By
(Name)
(Address)
(Each joint venturer must sign. The manner of signing for each individual, partnership and
corporation that is a party to the joint venture should be in the manner indicated above.)
END OF SECTION
PF-10
81
Item 3.
SECTION QF
QUALIFICATIONS FORM (SAMPLE)
82
Item 3.
QF-1
83
Item 3.
QF-2
84
Item 3.
QF-3
85
Item 3.
QF-4
86
Item 3.
END OF SECTION
QF-5
87
Item 3.
SECTION EF
ETHICS FORM (SAMPLE)
END OF SECTION
EF-1
88
Item 3.
SECTION VC
VENDOR COMPLIANCE TO STATE LAW FORM
END OF SECTION
VC - 1
89
Item 3.
SECTION CC
CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE FORM
90
Item 3.
CONTRACTOR COMPLIANCE TO TEXAS SALES TAX CODE
Comply with all requirements of the Texas Sales Tax Code. The Contractor hereby certifies that
the Contract Amount is divided as follows:
Material incorporated into the Project
(resold to the Owner as defined in Tax Code)
$_____________________________
All other charges and costs
$_____________________________
Total *
$_____________________________
* The total amount must equal the total amount of the Contract.
CONTRACTOR:
_____________________________ By:_____________________________
Company (signature of authorized person)
_____________________________ Title:____________________________
Address
_____________________________
City State Zip
THIS FORM SHALL BE EXECUTED AT TIME OF EXECUTION OF CONTRACT
AND MADE PART OF THE CONTRACT.
END OF BID FORM
CC-1
91
Item 3.
SECTION CA
CONTRACT AGREEMENT
92
Item 3.
SECTION CA
AGREEMENT FOR CONSTRUCTION SERVICES
STATE OF TEXAS §
§
COUNTY OF DENTON §
THIS AGREEMENT FOR CONSTRUCTION SERVICES (“Agreement”) is made and entered
into this ___ day of ______, 2025, by and between the City of Sanger, acting through its City
Manager, thereunto duly authorized to do so, Party of the First Part, hereinafter termed the City,
and _____________ of the City of __________, County of __________State of __________,
Party of the Second Part, hereinafter termed Contractor.
WITNESSETH: For and in consideration of the payment and agreement hereinafter mentioned,
to be made and performed by the City, the said Contractor, hereby agrees with City to commence
and complete construction of certain improvements as follows:
City of Sanger, Texas
Porter Park Pond Rehabilitation
Base Bid $____________________
Total Construction Price: $____________________
and all extra work in connection therewith, under the terms as stated in the General and Specific
Conditions of this Agreement; and at Contractor’s own proper cost and expense to furnish all the
materials, supplies, machinery, equipment, tools, superintendence, labor, insurance and other
accessories and services necessary to complete the said construction, in accordance with the
conditions and prices stated in the Bid attached hereto and in accordance with the Advertisement
for Bids, Instructions to Bidders, General Provisions, Special Provisions, Plans, and other
drawings and printed or written explanatory matter thereof, and the Technical Specifications and
Addenda thereto, as prepared by the City, each of which has been identified by the endorsement
of the Contractor and the City thereon, together with the Contractor's written Bid, all of which
are made a part hereof and collectively evidence and constitute the entire Agreement.
Contractor hereby agrees to commence work no later than seven (7) calendar days after the date
of written notice to proceed, and to complete the work within eighty-five (85) calendar days
measured from the first day work commences subject to such extensions of time as are provided
by the General Provisions.
CA-1
93
Item 3.
The Project should be considered substantially complete when all of the items within the
Agreement are completed. The two-year warranty on all materials, workmanship and the
two-year Maintenance Bond shall commence upon final acceptance by the City.
City agrees to pay the Contractor the Construction Price in current funds for the performance of
the Agreement subject to additions and deductions, as provided in this Agreement and any
Change Orders made subsequent hereto.
City and Contractor acknowledge and agree that Contractor is an independent contractor and
shall not be deemed to be or considered an employee of the City for the purposes of income tax,
withholding, social security taxes, vacation or sick leave benefits, worker’s compensation or any
other City employee benefit. City shall not have supervision and control of Contractor or any
employee of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to this Agreement.
No mechanic, contractor, material men, artisan, laborer, or subcontractor, whether skilled or
unskilled, including Contractor, shall ever in any manner have, claim, or acquire any lien upon
the Project of whatever nature or kind so erected or to be erected by virtue of this Agreement,
nor upon any of the land upon which said improvements are so erected, built, or situated, such
property being public property belonging to a political subdivision of the State of Texas.
Default, Termination and Remedies: If the Contractor defaults or neglects to carry out the work
required under this Agreement as specified herein, the City may, (i) after seven (7) days written
notice to the Contractor, and without prejudice to any other remedy City may have, make good
such deficiencies (if Contractor has failed to do so by the end of said seven (7) day period) and
may deduct the cost thereof from any payments then or thereafter due to the Contractor or (ii) at
City’s option may terminate the Agreement and take possession of the site and all materials,
equipment, tools and construction equipment and machinery thereof owned by the Contractor
and may finish the work by whatever method the City deems expedient and necessary. If the
expense of completion of the work performed hereunder exceeds any unpaid balance properly
due the Contractor, then the Contractor shall pay the difference to the City.
Except where otherwise stipulated in this Agreement, the Contractor shall warrant all materials
and workmanship furnished under this Agreement for a period of two (2) years after the date of
final acceptance and shall repair and make good, without expense to the City, any and all defects
in his work which may develop within that time.
City shall not be liable for any loss, damage, or injury of any kind or character to any person
or property arising from the services of Contractor pursuant to this Agreement. Contractor
hereby waives all claims against City, its officers, agents and employees (collectively referred
to in this paragraph as “City Parties”) for damage to any property or injury to, or death of,
any person arising at any time and from any cause other than the negligence or willful
misconduct of a City Party or breach of City’s obligations hereunder. Contractor agrees to
indemnify and save harmless the City Parties from and against any and all liabilities,
damages, claims, suits, costs (including court costs, attorneys’ fees and costs of investigation)
and actions of any kind by reason of injury to or death of any person or damage to or loss of
CA-2
94
Item 3.
property to the extent caused by Contractor’s negligent performance of services under this
Agreement or by reason of any negligent act or omission on the part of Contractor, its officers,
directors, servants, employees, representatives, consultants, licensees, subcontractors,
successors or permitted assigns (except when such liability, claims, suits, costs, injuries, deaths
or damages arise from or are attributed to negligence of a City Party, in whole or in part, in
which case Contractor shall indemnify the City Parties only to the extent or proportion of
negligence attributed to contractor as determined by a court or other forum of competent
jurisdiction). Contractor’s obligations under this section shall not be limited to the limits of
coverage of insurance maintained or required to be maintained by Contractor under this
AGREEMENT. This provision shall survive the termination of this AGREEMENT.
Contractor shall procure and maintain at all times, in full force and effect, a policy or policies of
insurance to provide coverages as specified herein, which policies shall (i) except for the
worker’s compensation policies, be endorsed to name the City of Sanger as additional insureds
(ii) be endorsed to waive all rights of subrogation against the City and (iii) cover all public risks
related to this Agreement as specified in the North Central Texas Council of Governments Public
Works Construction Standards, ITEM 103.4 Insurance.
The laws of the State of Texas shall govern this Agreement and exclusive venue for any disputes
arising hereunder shall be in a state court of competent jurisdiction in Denton County, Texas.
City and Contractor respectively bind themselves, their officers, employees, directors, agents,
partners, successors, assigns and legal representatives to the other party hereto and to partners,
successors, assigns and legal representatives of such other party in respect to covenants,
agreements and obligations contained in this Agreement. Neither party to this Agreement shall
assign this Agreement, either in whole or in part, without written consent of the other. If either
party attempts to make such an assignment without such consent, that party shall nevertheless
remain legally responsible for all obligations under this Agreement.
BOYCOTTING ISRAEL: Contractor verifies that it does not Boycott Israel, and agrees that during the
term of this Agreement will not Boycott Israel as that term is defined in Texas Government Code Section
808.001, as amended.
CA-3
95
Item 3.
No notice is effective until the writing containing the notice is placed in the hand of the
representative of the party receiving the notice by hand delivery or is postmarked by certified,
return receipt requested, U.S. Mail, to the following addressees:
City: Contractor:
City of Sanger ____________________________________
Attn: City Manager ____________________________________
502 Elm Street ____________________________________
Sanger, Texas 76266 ____________________________________
IN WITNESS HEREOF, the parties of these presents have executed this AGREEMENT in the
year and day first above written.
CITY OF SANGER ATTEST:
(City)
By:______________________________ _____________________________
John Noblitt Kelly Edwards
City Manager City Secretary
_________________________________ ATTEST:
(Contractor)
By:______________________________ By:______________________________
Name (print):______________________ Name (print):______________________
Title:_____________________________ Title:_____________________________
The following to be executed if the Contractor is a corporation:
I, _______________________________ certify that I am the secretary of the corporation
named as Contractor herein; that __________________________, who signed this Agreement
on behalf of the Contractor is the ______________ (official title) of said corporation; that said
Agreement was duly signed for and in behalf of said corporation by authority of its governing
body, and is within the scope of its corporate powers.
Signed:_____________________________
Corporate Seal
END OF SECTION
CA-4
96
Item 3.
SECTION IF
INSURANCE FORM
97
Item 3.
INSERT INSURANCE FORM HERE
98
Item 3.
SECTION PrB
PERFORMANCE BOND
99
Item 3.
SECTION PrB
PERFORMANCE BOND
STATE OF TEXAS §
§
COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS:
THAT WE,____________________________________, of the City of__________, County
of__________, State of __________ hereinafter called Principal,
and_________________________________, a corporate surety/sureties, duly authorized to do
business in the State of Texas, hereinafter called surety (whether one or more), are held and
firmly bound unto the City of Sanger, a Texas home rule municipality, in the amount of
___________ Dollars, $__________, for the payment whereof we do hereby bind ourselves, our
heirs, administrators, executors, successors, assigns, jointly and severally, firmly by these
presents.
WHEREAS, the Principal has entered into a certain written contract with the City of Sanger,
dated the __________ day of __________, 2025, to furnish all materials, equipment, labor,
supervision and other accessories necessary for the construction of certain improvements, to wit:
City of Sanger, Texas
Porter Park Pond Rehabilitation
in the City of Sanger, Texas and as more particularly described and designated in said contract
which is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein:
NOW THEREFORE, the condition of this obligation is such that if the said Principal shall
faithfully perform said contract and shall in all respects duly and faithfully observe and perform
all and singular the covenants, conditions and agreements in and by said contract, agreed and
covenanted by the Principal to be observed and performed, and according to the true intent and
meaning of said contract and the plans and specifications therein referred to, and as well during
any period of extension of said contract that may be granted on the part of the City of Sanger,
Texas, as during the original terms of same, then this obligation shall be and become null and
void, otherwise, to remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in a state
court of competent jurisdiction in Denton County, Texas.
AND, that said Surety, for value received, hereby stipulates and agrees that no change, extension
of time, alteration or addition to the terms of the contract or to the work performed thereunder, or
the plans, specifications, drawings, etc. accompanying same shall in any way affect its obligation
on this Bond; and it does hereby waive notice of any such change, extension of time, alteration
PrB-1
100
Item 3.
or addition to the terms of the contract or to the work to be performed thereunder.
This bond is executed in compliance with the provisions of Chapter 2253 of the Texas
Government Code as amended by Acts of the 73rd Legislature, 1993.
IN WITNESS WHEREOF, the Principal and Surety have signed this instrument by duly
authorized agents and officers and affixed corporate seals hereto at the City of Sanger, County of
Denton, State of Texas,
on this the _____ day of __________, 2025.
* * DATE OF BOND MUST NOT BE EARLIER THAN DATE OF CONTRACT * *
ATTEST: _________________________________________
PRINCIPAL
______________________________________ _________________________________________
Secretary By
____________________________________
SURETY
END OF SECTION
PrB-2
101
Item 3.
SECTION PyB
PAYMENT BOND
102
Item 3.
PAYMENT BOND
STATE OF TEXAS §
§
COUNTY OF DENTON § KNOW ALL MEN BY THESE
PRESENTS:
THAT WE, _______________________ , of the City of _____________ , County of
______________ , State of Texas, hereinafter called Principal, and
_________________________________, a corporate surety/sureties, duly authorized to do
business in the State of Texas, hereinafter called surety (whether one or more), are held and
firmly bound unto the City of Sanger, a Texas home rule municipality, workmen, laborers,
mechanics, furnishers of materials, and claimants supplying labor and materials as defined in
Chapter 2253 of the Texas Government Code as amended , as their interest may appear, all of
whom shall have the right to sue upon this bond, in the penal sum of
______________________________________, for the payment whereof we do hereby bind
ourselves, our heirs, administrators, executors, successors, assigns, jointly and severally, firmly
by these presents.
WHEREAS, the Principal has entered into a certain written contract with the City of Sanger,
dated the ____ day of _________________, to furnish all materials, equipment, labor,
supervision and other accessories necessary for the construction of certain improvements, to wit:
City of Sanger
Porter Park Pond Rehabilitation
in the City of Sanger, Texas and as more particularly described and designated in said contract
which is hereby referred to and made a part hereof as fully and to the same extent as if copied at
length herein:
NOW THEREFORE, the condition of this obligation is such that if the said Principal shall pay
all claimants (as defined in Chapter 2253 of the Texas Government Code, as amended) supplying
labor and material to him or sub-contractor in the prosecution of the work provided for in said
contract, all monies to them owing by Principal for sub-contracts, work, labor, and materials
done and furnished for the construction of such improvements for the City of Sanger, then this
obligation shall be and become null and void, otherwise, to remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in a state
court of competent jurisdiction in Denton County, Texas.
AND, that said Surety, for value received, hereby stipulates and agrees that no change, extension
of time, alteration or addition to the terms of the contract or to the work performed thereunder, or
PyB-1
103
Item 3.
the plans, specifications, drawings, etc. accompanying same shall in any way affect its obligation
on this Bond; and it does hereby waive notice of any such change, extension of time, alteration
or addition to the terms of the contract or to the work to be performed thereunder.
This bond is executed in compliance with the provisions of Chapter 2253 of the Texas
Government Code as amended.
IN WITNESS WHEREOF, the Principal and Surety have signed this instrument by duly
authorized agents and officers and affixed corporate seals hereto at the City of Sanger, County of
Denton, State of Texas, on this the day of , 20 .
* * * * DATE OF BOND MUST NOT BE EARLIER THAN DATE OF CONTRACT * * * *
ATTEST:
PRINCIPAL
By
Title Title
SURETY
Title
END OF SECTION
PyB-2
104
Item 3.
SECTION MB
MAINTENANCE BOND
105
Item 3.
SECTION MB
MAINTENANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
That as principal and , a
corporation organized under the laws of and as sureties, and
sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge
themselves to be held and bound to pay unto the City of Sanger, a Texas home rule municipality
(“City”) , the sum of:
($ ) for the payment of which sum will and truly be made unto City and
its successors, said principal and sureties do hereby bind themselves, their assigns and successors,
jointly and severally.
This obligation is conditioned, however, that whereas said
entered on or about ______________, 2025, into a written contract with City to build and construct
the following Project:
City of Sanger
Porter Park Pond Rehabilitation
(“the Contract”) which contract and the Plans and Specifications therein mentioned adopted by City,
are hereby expressly made a part hereof as though the same were written and embodied herein.
WHEREAS, in the Specifications and Contract it is provided that the Contractor will maintain and
keep in good repair the work herein contracted to be done and performed for a period of two (2)
years from the date of acceptance of the Project by City, and to do and perform all necessary
backfilling that may arise on account of sunken conditions in ditches, or otherwise, and to do and
perform all work and repair any defective condition growing out of or arising from the improper
joining of same, or on account of any breaking of the same caused by Contractor in laying or
building the same, or on account of any defect arising in any of said part of said work laid or
constructed by Contractor, or on account of improper excavation or backfilling; it being understood
that the purpose of this section is to cover all defective conditions arising by reason of defective
materials, work or labor performed by Contractor; and in case Contractor shall fail to do so, it is
MB-1
106
Item 3.
agreed that City may do said work and supply such materials, and charge same against Contractor
and sureties on this obligation, and Contractor and sureties hereon shall be subject to the liquidated
damages mentioned in the Contract for each day’s failure on its part to comply with
the terms of said provisions of the Contract;
NOW THEREFORE, if Contractor shall keep and perform its said agreement to maintain said work
and keep the same in repair for the said maintenance period of two (2) years, as provided, then these
presents shall be null and void and have no further effect; but if default shall be made by Contractor
in the performance of its contract to so maintain and repair said work, then these presents shall have
full force and effect, and City shall have and recover from Contractor and its sureties damages in the
premises, as provided, and it is further understood and agreed that this obligation shall be a
continuing one against the principal and sureties hereon and that successive recoveries may be had
hereon for successive breaches until the full amount shall have been exhausted; and it is further
understood that the obligation herein to maintain said work shall continue throughout said
maintenance period, and the same shall not be changed, diminished, or in any manner affected from
any cause during said time.
IN WITNESS WHEREOF, the said has caused these presents to be
executed by and the said has hereunto set
his hand this the day of , 20 .
SURETY PRINCIPAL
By: By:
Attorney in Fact
Title
By:
Surety
ATTEST
Agency and Address
Title
Note: Date of Maintenance Bond must not be prior to the date of Contract.
END OF SECTION
MB-2
107
Item 3.
SECTION BP
CONTRACTOR'S AFFIDAVIT OF BILLS PAID
108
Item 3.
SECTION BP
CONTRACTOR'S AFFIDAVIT OF BILLS PAID
STATE OF TEXAS §
§
COUNTY OF DENTON §
Personally, before me the undersigned authority, on this day appeared __________, who, being duly
sworn on oath, says that he is a legal representative of __________, (full name of Contractor as in
contract) and that the contract for the construction of the Project, designated as
City of Sanger, Texas
Porter Park Pond Rehabilitation
has been satisfactorily completed and that all bills for materials, apparatus, fixtures, machinery and
labor used in connection with the construction of this Project have, to the best of my knowledge and
belief, been fully paid.
____________________________________
Signature
____________________________________
Title
Sworn to and subscribed before me this _____ day of __________, 20__.
____________________________________
Notary Public in and for
_______________ County, Texas
Instructions:
If the contractor is an individual, he shall sign the affidavit. If the contractor is a partnership, any
partner may sign the affidavit. If the contractor is a corporation, a person authorized by the by-laws
or by the Board of Directors shall sign the affidavit. If the Contractor is a joint-venture of
individuals, any of the individuals may sign the affidavit. If the Contractor is a joint-venture of
partnerships, or of individuals and partnerships, the affidavit may be signed by the individual or any
partner of the partnership. If the Contractor is a joint-venture in which a corporation is a party,
separate affidavits must be executed in the name of the joint-venture: one by each corporation and
one by each individual or partnership. Signatures for corporations should be by a duly authorized
officer. If signature is by another, a showing of authority to sign must accompany the affidavit.
END OF SECTION
BP-l
109
Item 3.
SECTION GP
GENERAL PROVISIONS
110
Item 3.
SECTION GP
GENERAL PROVISIONS
1. The General Provisions of the Contract shall be as stated in the Standard Specifications for Public
Works Construction, North Central Texas Council of Governments (Newest Version) (SEPARATE
DOCUMENT NOT INCLUDED) as amended or supplemented and except as modified by the
Special Provisions.
END OF SECTION
GP-l
111
Item 3.
SECTION SP
SPECIAL PROVISIONS
112
Item 3.
SECTION SP
SPECIAL PROVISIONS
1. CITY
The City of Sanger, herein referred to as City, party of the First Part of these Contract
Documents.
2. FORMS, PLANS AND SPECIFICATIONS
Forms of Bids, Contract, Bonds, Plans/Site Plan and Specifications may be obtained by
Contractor from the office of the Parks and Recreation Department, 201 Bolivar Street,
Sanger, Texas 76266 (940-458-2718), after award of the contract.
3. COPIES OF PROJECT MANUAL FURNISHED
Two (2) sets of the Project Manual shall be furnished to the Contractor, at no charge, for
construction purposes. Additional copies may be obtained at cost of reproduction upon
request.
4. PRODUCT RECORDS DOCUMENTS
Maintenance of Documents. Contractor shall maintain at the job site one record copy of the
Site Plan, Contract Drawings, Specifications, Shop Drawings, Change Orders, SWPPP
Reports, other modifications to the Agreement, field test reports and other documents
submitted by Contractor in compliance with specification requirements. Said documents shall
be maintained at the job site apart from documents used for construction, shall not to be used
for construction purposes, shall be maintained in clean, legible condition, and shall be made
available at all times for inspection by the City.
Recording. Each document shall be labeled Project Record Copy in 2-inch high printed
letters. The record documents shall be kept current. No work shall be covered until required
information has been recorded.
Contract Drawings. The appropriate drawing shall be legibly marked to record, where
applicable:
Horizontal and vertical location of underground utilities and appurtenances referenced to
permanent surface improvements.
Field changes of dimension and detail made during the construction process.
Changes made by Change Order or Supplemental Agreements.
Details not on original Contract Drawings/Site Plan.
SP-1
113
Item 3.
Other matters not originally specified.
Shop Drawings. The Contractor shall maintain the Shop Drawings/Site Plan as record
drawings and legibly annotate shop drawings to record changes made after the review. A red
felt-tip marking pen shall be used for all recordings (as-builts).
5. HORIZONTAL AND VERTICAL CONTROL
Benchmarks are provided the Project Layout on Sheet 03. Contractor is required to provide
construction staking for this Project.
6. PERMITS, LICENSES, AND REGULATIONS
Permits and licenses of a temporary nature necessary for the prosecution of the Work for the
Project shall be secured and paid for by Contractor. Permits, licenses and easements for
permanent structures or permanent changes in existing facilities shall be secured and paid for
by City, unless otherwise specified. If Contractor observes that the Drawings/Site Plan and
Specifications are at a variance therewith, Contractor shall promptly notify City in writing,
and any necessary changes shall be adjusted as provided in the Agreement for changes in
Work. Contractor shall comply with all federal, state and local laws, rules and regulations of
every kind and nature applicable to the performance of its Work hereunder and shall hold
City harmless therefrom.
7. REFERENCE SPECIFICATIONS
Where reference is made to specifications compiled by others, such are hereby made a part of
these Specifications.
8. REVIEW OF WORK
City shall have the right to review the Work while such Work is in progress to ascertain that
the work is being accomplished in compliance with the standards and requirements set forth
in the Agreement. Notwithstanding such review, Contractor will be held responsible for the
finished Work, and any acceptance of the Work by City will not relieve Contractor from
responsibility for the Work. City reserves the right to place full-time construction observers
at the site of the Work.
City and its representatives shall at all times have access to the Work whenever it is in
preparation or progress, and Contractor shall provide proper facilitates for such access, and
for review.
If the Specifications, City's instructions, laws, ordinances, or any public authority require any
Work to be specially tested, Contractor shall give City timely notice of its readiness for
testing, and, if the testing is by an authority other than City, of the date fixed for such testing.
Tests by City shall be made promptly, and where practicable at the source of supply. Re-
examination of any Work may be ordered by City, and, if so ordered, the Work must be
SP-2
114
Item 3.
uncovered by Contractor. If such Work is found to be in accordance with the Contract
Documents, City shall pay the cost of the re-examination and demolition. If such Work is not
in accordance with the Contract Documents, Contractor shall pay such cost.
9. SCOPE OF WORK
The Project consists of the rehabilitation of Porter Park Pond, a retention facility located at
the southern end of Sanger Sports Park experiencing abnormal water level loss. The elements
of the project include, but are not limited to: excavating, storm drainage improvements,
grading, park signage, aquatic species relocation, irrigation repairs and modifications, and
erosion control. All existing utilities shall be located/secured/relocated as necessary before
ANY grading or demolition begins. Contractor shall notify City if any utilities differ from
their locations on the plans. Refer to the plans for the location of the Project. SWPPP permit
must be acquired and implemented prior to ANY grading or demolition activity.
10. PROPERTY LINES AND MONUMENTS
All property corners, control monuments, construction and survey stakes and marks shall be
carefully preserved by Contractor, and in case of careless destruction or removal by
Contractor or its employees, such stakes or marks shall be replaced at Contractor's expense as
required by City.
11. DISCREPANCIES
If Contractor, in the course of the Project, finds any discrepancy between the Contract
Documents and the physical conditions of the Project site, or any errors or omissions in
drawings or in the layout as given by survey points and instructions, or if it appears that any
Plan, Specification or other Contract Document is or may be not in compliance with any
building code or other requirement of any governmental body, Contractor shall immediately
inform City in writing, and City shall promptly verify the same. Any Work done after such
discovery, until authorized, will be done at Contractor's risk.
12. TIME ALLOTTED FOR COMPLETION
All items of Work included under these Contract Documents shall be completed within the
time stipulated in the Bid. The time shall commence on the date stated in the Notice to
Proceed. The Notice to Proceed shall consist of a written request by the City for the
Contractor to proceed with construction of the Project.
13. EXISTING STRUCTURES
The Plan/Site Plan shows the location of all known surface and subsurface structures.
However, City assumes no responsibility for failure to show any or all of these structures on
the Plan/Site Plan, or to show them in their exact location. Such failure shall not be
considered sufficient basis for claims for additional compensation or extra work or for
increasing the pay quantities in any manner whatsoever unless the obstruction encountered is
SP-3
115
Item 3.
such as to necessitate changes in the lines or grades, or require the building of special work,
provisions for which are not made in the Plans or Bid, in which case the provisions in these
Specifications for extra work shall apply.
14. EXISTING UTILITIES AND SERVICE LINES
Contractor shall be responsible for the protection of all existing utilities or service lines
crossed or exposed by his demolition operation. Where existing utilities or service lines are
cut, broken or damaged, Contractor shall replace the utilities or service lines with the same
type of original construction, or better, at Contractor’s own cost and expense. All
construction, backfill and compaction shall be accomplished in strict compliance with the
requirements of the owner of the utility or service line. City will have each of the following
disconnected if necessary: water service at the meter, sanitary service, electrical service at the
meter and communication lines at the service taps.
15. PUBLIC UTILITIES AND OTHER PROPERTY TO BE CHANGED
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until authorized by the utility company and
approved by City. The right is reserved to the owner of public utilities to enter upon the
limits of the Project for the purpose of making such changes or repairs to its facilities.
16. LIGHTS AND POWER
Contractor shall provide, at its own expense, temporary lighting and power facilities required
for the proper execution of the Project.
17. PERMITS AND RIGHTS-OF-WAY
City will provide rights-of-way for the purpose of construction without cost to Contractor by
securing permits in areas of public dedication or by obtaining easements across privately-
owned property. Prior to the initiation of construction on easements through private
property, Contractor shall inform the property owner of his intent to begin construction.
Before beginning construction in areas of public dedication, Contractor shall inform the
agency having jurisdiction in the area forty-eight (48) hours prior to initiation of the Work
unless a longer period is required by local regulation or ordinance.
18. PRECONSTRUCTION CONFERENCE
Contractor and City’ representatives shall meet at the call of the City’s representative on this
Project. Prior to the meeting, Contractor shall prepare schedules showing the sequencing and
progress of the Project and its effect on others. These schedules shall be delivered to City for
review not later than forty-eight (48) hours in advance of the meeting. The general nature of
the work, materials used, and methods of construction as well as the schedules will be
discussed at the meeting. A final construction schedule will be prepared during this
conference to allow an orderly sequence of Project construction.
SP-4
116
Item 3.
19. WATER FOR CONSTRUCTION
Contractor shall make the necessary arrangements with City for securing and transporting all
water required in the construction of the Project. Water required for construction shall be
paid for by Contractor at City’s prevailing rates. There will be no separate pay item for
quantity of water required for construction purposes.
20. EXCAVATION
Contractor shall exercise precautions to ensure that drainage from adjacent properties is not
blocked by excavations.
21. CONTRACTOR'S BID
Contractor's Bid shall be on a Unit Price basis for construction of the Project as shown and
described in the Contract Documents (Project Manual).
22. CITY'S STATUS
City shall perform technical review of the Work. City’s representative shall also have
authority to reject all Work and Materials which do not conform to the Agreement and to
decide questions which arise in the execution of the Work.
23. CITY’S DECISIONS
City representative shall, within a reasonable time after presentation to him, make decisions
in writing on all claims of Contractor and on all other matters relating to the execution and
progress of the Work or the interpretation of the Agreement.
24. LANDS FOR WORK
City shall provide as indicated on the Plans/Site Plan for this Project, the lands upon which
the Work under this Agreement is to be performed, right-of-way for access to same, and such
other lands which are designated on the Plans/Site Plan or in the Specifications for the use of
Contractor. Such lands and rights-of-way shall be adequate for the performance of the
Project. Delayed in Contractor’s ability to perform work on the Project as a result of lack of
access to be provided by City shall be cause for an extension of time to complete the Project
but not for additional cost. Contractor shall provide at its own expense and without liability
to City any additional land and access thereto that may be required for temporary
construction facilities.
SP-5
117
Item 3.
25. CLEANUP
Contractor shall remove at its own expense all temporary structures, rubbish and waste
materials resulting from its operations except for property used for permanent disposal of
rubbish or waste materials in accordance with permission provided to Contractor by the
owner of the property where such disposal occurs. Such permission shall be obtained in
writing with a copy submitted to City prior to disposal operations taking place. ALL
DISTURBED AREAS MUST BE RETURENED TO/REPLACED IN AS GOOD OR
BETTER CONDITION AS THEY WERE IN PRIOR TO THE PROJECT
COMMENCING.
26. LIQUIDATED DAMAGES FOR DELAY BY CONTRACTOR
The time of completion is of the essence in this Agreement. For each calendar day that any
Work shall remain uncompleted after the time specified in paragraph 12, liquidated damages
shall be deducted from the monies due Contractor in the amount of $500.00 per day.
27. USE OF EXPLOSIVES
Use of explosives in the prosecution of the Project is prohibited.
28. PROJECT MAINTENANCE
The Contractor shall maintain, and keep in good repair, the improvements covered by these
Plans/Site Plan and Specifications during the life of his contract.
29. DISPOSAL OF WASTE AND SURPLUS EXCAVATION
All material or other debris excavated from the Project site as relating to the construction
shall be removed from the Project site. Contractor shall be solely responsible for obtaining
any required disposal permits.
30. REMOVALS, ADJUSTMENTS AND DEMOLITIONS
Contractor shall carefully remove and dispose of existing concrete to be removed from the
Project Site. Care shall be exercised to leave a neat, straight, uniform edge or joint at the
excavation limits or sections removed where only portions are to be removed. City will
designate the limits to be removed.
31. TRAFFIC CONTROL
Contractor shall be responsible for providing traffic control during the construction of this
Project consistent with the provisions set forth in the "Texas Manual on Uniform Traffic
Control Devices for Streets and Highways (latest edition)" and any subsequent amendments,
adopted by the Texas Transportation Commission pursuant to Tex. Trans. Code §544.001, as
amended. Contractor will not remove any regulatory sign, instructional sign, street name
sign, or other sign which has been erected by City. If it is determined that a sign must be
SP-6
118
Item 3.
removed to permit required construction, Contractor shall contact City to remove the sign. In
the case of regulatory signs, Contractor must replace the permanent sign with a temporary
sign complying with the requirements of the above-referenced manual, and such temporary
sign must be installed prior to the removal of the existing sign. If applicable to the Project,
Contractor must submit a Traffic Control Plan for each phase of the construction at least
seventy two (72) hours prior to commencing work for review and approval by City.
32. CERTIFICATION
IF NEEDED: Contractor shall submit a manufacturer's certification that the material(s)
was/were manufactured and tested in accordance with the referenced Specifications. A
report of test results and the certification shall be submitted prior to material shipment.
33. FINAL ACCEPTANCE OF WORK
Final acceptance of the Work is subject to final testing and approval of the Work by City.
34. WORK AREA
Contractor shall restrict his construction activity to the Project site.
35. CONTRACT TIME
The number of calendar days for completion of the Project will begin with the date specified
in the Notice to Proceed. The Project shall be complete and ready for City’s final acceptance
not later than eighty-five (85) calendar days after the date of commencement of work set
forth in the Notice to Proceed.
36. CONTRACTOR'S AFFIDAVIT OF BILLS PAID
Contractor shall be required to execute the form provided in Section BP prior to City’s
acceptance of the Project, which shall be a condition of final acceptance by City.
37. PAY ITEMS
Bid items provided are intended to be all-inclusive of the work required on this Project.
Work required by the plans or specifications but not provided with a specific pay item shall
be considered incidental to other items of work.
38. CONSTRUCTION STAKING
Construction staking will not be provided by City. It is required and it is to be paid for by
Contractor.
SP-7
119
Item 3.
39. COMPLIANCE WITH GENERAL RULES AND LAWS
Contractor shall familiarize himself with the nature and extent of the specifications, site
conditions, traffic and safely requirements, and comply with all federal, state and local laws,
ordinances, rules and regulations. Contractor shall determine how compliance with
requirements, laws, rules, and regulations will affect his cost, progress or performance of the
Work.
40. COMPLIANCE WITH IMMIGRATION LAWS
Contractor shall take all steps necessary to ensure that all of Contractor's employees and each
subcontractor and subcontractor’s employees are authorized to work in the United States as
required by the Immigration Reform and Control Act of 1986.
41. INSURANCE
A. Contractor shall, during the term of this Agreement, maintain in full force and effect
the following insurance:
(i) a comprehensive general liability policy of insurance covering bodily injury,
death and property damage including the property of the City, its officers,
contractors, agents and employees insuring against all claims, demands or
actions relating to the work and services provided pursuant to this Agreement
with minimum limits on a per project basis of not less than One Million
Dollars ($1,000,000) combined single limit and Two Million Dollars
($2,000,000) aggregate, including products and completed operations
coverage and Personal and Advertising Injury with a minimum per occurrence
limit of One Million Dollars ($1,000,000). This policy shall be primary to any
policy or policies carried by or available to the third party;
(ii) a policy of automobile liability insurance covering all operations of Contractor
pursuant to this Agreement involving the use of motor vehicles, including all
owned, non-owned and hired vehicles with minimum limits of not less than
One Million Dollars ($1,000,000) combined single limit for bodily injury,
death and property damage liability; and
(iii) statutory Worker’s Compensation Insurance at the statutory limits.
B. All insurance and certificate(s) of insurance shall contain the following provisions:
(i) name City, its officers, and employees as additional insureds as to all
applicable coverage with the exception of Workers Compensation Insurance;
and
(ii) provide for at least thirty (30) days prior written notice to City for cancellation
or non-renewal of the insurance; and
SP-8
120
Item 3.
(iii) provide for a waiver of subrogation against the City for injuries, including
death, property damage, or any other loss to the extent the same is covered by
the proceeds of insurance. Contractor shall provide written notice to City of
any material change of or to the insurance required herein.
C. All insurance companies providing the required insurance shall be authorized to
transact business in Texas and rated at least “A: VIII” by AM Best or other equivalent
rating service.
D. A certificate of insurance evidencing the required insurance and all endorsements
shall be delivered to City not later than ten (10) days after being notified of award of
the Agreement for the Project.
42. WORKERS COMPENSATION:
Workers' Compensation Insurance Coverage for All Building Or Construction Contracts:
A. Definitions
Certificate of coverage - A copy of a certificate of insurance, a certificate of authority
to self-insure issued by the Texas Workers' Compensation
“Commission” means the "TWCC")
“Coverage agreement” means form TWCC-81, TWCC-82, TWCC-83, TWCC-84,
showing statutory workers' compensation insurance coverage for the person's or
entity's employees providing services on the Project, for the duration of the Project.
“Duration of the Project” means the period of time from the beginning of the work on
the Project until Contractor's/person's work on the Project has been completed and
accepted by City.
“Persons providing services on the Project” ("subcontractor" in Section 406.096 of
the Texas Labor Code) includes all person or entities performing all or part of the
services the Contractor has undertaken to perform on the Project, regardless of
whether that person contracted directly with Contractor and regardless of whether that
person has employees, including without limitation, independent contractors,
subcontractors, leasing companies, motor carriers, owner-operators, employees of any
such entity or employees of any entity which furnishes persons to provide services on
the Project.
“Services” include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or other service related to a project.
"Services" does not include activities unrelated to the Project, such as food/beverage
vendors, office supply deliveries, and delivery of portable toilets.
SP-9
121
Item 3.
B. Contractor shall provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreement, which meets the statutory
requirements of Texas Labor Code, §401.011 (44) for all employees of Contractor
providing services on the Project, for the duration of the Project.
C. Contractor must provide a certificate of coverage to City prior to being awarded the
Agreement.
D. If the coverage period shown on Contractor's current certificate of coverage ends
during the duration of the Project, Contractor must, prior to the end of the coverage
period, file a new certificate of coverage with City, showing that the coverage has
been extended.
E. Contractor shall obtain from each person providing services on the Project, and
provide to City:
1) a certificate of coverage, prior to that person beginning work on the Project,
so that City will have on file certificates of coverage showing coverage for all
persons providing services on the Project; and
2) no later than seven (7) days after receipt by Contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the Project;
F. Contractor shall retain all required certificates of coverage on file for the duration of
the Project and for one (1) year thereafter;
G. Contractor shall notify City in writing by certified mail or personal delivery, within
ten (10) days after Contractor knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the
Project;
H. Contractor shall post on each Project site a notice, in the text, form and manner
prescribed by the TWCC, informing all persons providing services on the Project that
they are required to be covered, and stating how a person may verify current coverage
and report failure to provide coverage.
I. Contractor shall contractually require each person with whom it contracts to provide
services on a project to:
1) provide coverage, based on proper reporting of classification
2) codes and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code §401.011(44) for all its
employees providing services on the Project, for the duration of the Project;
SP-10
122
Item 3.
3) provide to Contractor, prior to that person beginning work on the Project, a
certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the Project, for the duration of
the Project.
4) provide Contractor, prior to the end of the coverage period, a new certificate
of coverage showing extension of coverage, if the coverage period shown on
the current certificate of coverage ends during the duration of the Project;
5) obtain from each other person with whom it contracts, and provide to
Contractor:
a. a certificate of coverage, prior to the other person beginning work on
the Project; and
b. a new certificate of coverage showing extension of the coverage
period, prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the duration
of the Project;
6) retain all required certificates of coverage on file for the duration of the
Project and for one (1) year thereafter;
7) notify the Owner in writing by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services
on the Project; and
8) contractually require each other person with whom it contracts to perform as
required by paragraphs (1) - (7), with the certificate or coverage to be
provided to the person for whom they are providing services.
J. By signing this Agreement or providing or causing to be provided a certificate of
coverage, Contractor is representing to City that all employees of Contractor who will
provide services on the Project will be covered by workers' compensation coverage
for the duration of the Project, that the coverage will be based on proper reporting of
classification codes any payroll amounts, and that all coverage agreements will be
filed with the appropriate insurance carrier or, in the case of self-insured, with the
TWCC's Division of Self-Insurance Regulation. Providing false or misleading
information may subject Contractor to administrative penalties, criminal penalties,
civil penalties, or other civil actions.
K. Contractor's failure to comply with any of these provisions is a breach of contract by
Contractor which entitles City to declare the Agreement terminated if Contractor does
not remedy the breach within ten (10) days after receipt of notice of breach from City.
SP-11
123
Item 3.
The following is the form of notice of worker's compensation coverage prescribed by
the TWCC. Pursuant to Section 110.11 0(d)(7), this notice must be printed with a title
in at least 30-point bold type, and text in at least 19-point normal type, and shall be in
both English and Spanish and any other language common to the worker population.
REQUIRED WORKERS' COMPENSATION COVERAGE
"The law requires that each person working on this site or providing
services related to this Project must by covered by workers' compensation
insurance. This includes persons providing, hauling, or delivering
equipment or materials, or providing labor or transportation or other
service related to the Project, regardless of the identity of their employer
or status as an employee." "Call the Texas Workers' Compensation
Commission at (512)440-3789 to receive further information on the legal
requirement for coverage, to verify whether your employer has provided
the required coverage, or to report an employer's failure to provide
coverage."
This required notice should not be attached to the contract. Instead, upon
request, the Contractor should be provided with a copy of Section 110.110
and Figure 2 thereto.
Please note that Section 110.110 of Chapter 28 of the Texas
Administration Code requires that the governmental entity retain the
certificates of coverage provided by Contractor for the duration of the
Project and for three (3) years thereafter.
END OF SECTION
SP-12
124
Item 3.
SECTION T
TECHNICAL SPECIFICATIONS
125
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-1
TECHNICAL SPECIFICATIONS – PORTER PARK POND REHABILITATION
BID ITEM NO. 1 SECTION I– Site Preparation
The provisions of NCTCOG Item 107.20 - “Protection of Work and Persons and
Property”, Item 201 - “Site Protection”, Item 203.1 - “General Site Preparation”, Item
203.6 - “Dust Control” shall apply except as modified or clarified below:
A. This item includes all labor, equipment, and materials necessary for the preparation of
the project site for construction operations and the cleaning of the site prior to the
final acceptance of the project.
B. The location and dimensions shown on the plans relative to existing utilities are based
on the best information available. It shall be the Contractor’s responsibility to verify
locations of adjacent and/or conflicting utilities sufficiently in advance of the
construction process to provide adequate clearance. The Contractor shall take all
necessary precautions to protect all services encountered. Should the Contractor
damage service lines due to his negligence, the lines shall be repaired and adjusted by
the Contractor at the Contractor’s expense.
C. Removal of existing irrigation systems and appurtenances shall be subsidiary to this
bid item. Repair of said systems shall be incidental to Item 1 Section III – “Irrigation
Repairs and Modifications” for information regarding the repair of impacted
landscape systems.
D. Erection of a temporary park security fence with green privacy screening shall be
considered subsidiary to this Bid Item.
E. The removal, salvaging, and reinstallation of park signs at the locations and according
to the notes and details shown in the plans shall be considered subsidiary to this Bid
Item. The existing park signs shall be stored within the project site until the final
grades have been established and ready for sign reinstallation. Any damage to the
park signs during the removal or storage process shall be repaired at the Contractors
expense to existing or better conditions.
F. The Contractor shall make a video of the entire project area prior to construction and
furnish a copy to the City on digital format. The video should include building
structures, sidewalks, parking lots, vegetation, trees, gates, irrigation (operating),
fences, and other pertinent items that may be affected by the construction. The
Contractor shall not be permitted to begin any construction on the site until this
information is furnished.
G. Where trees, plants, shrubbery, etc., are adjacent to the line of work and are not to be
removed or removed and replaced, the Contractor shall protect such trees, plants,
shrubbery, etc. If such trees, plants, shrubbery, etc. could likely be damaged by
machinery, etc., orange safety fencing with steel T-posts having a minimum height of
3' and as approved by the City shall be utilized for protection. Hand excavation may
also be required in vicinity of trees, plants, shrubbery, etc., that are to remain. The
Contractor shall not permit machinery or employees to scrape, tear the limbs from,
126
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-2
damage, or attach guy cables to existing trees that are to remain in place. The
Contractor shall be responsible for all damages to adjacent trees, plants, shrubbery,
etc., that are to remain, and any such damage shall be remedied to the satisfaction of
the City. Refer to Item 2 Section III – “Tree Protection” for more information.
H. The Contractor shall limit their area of work to park and City property only.
I. The Contractor shall submit a Stockpile Plan that designates locations for temporary
storage of materials. This plan is subject to approval of the City. If stockpile(s) are
located on private property, the Contractor must supply the City with a written letter
of permission from the property owner to include the final state of the land to be used.
J. The Contractor shall be responsible for the cleaning of the site in its entirety prior to
final acceptance. The cleaning shall include all elements constructed as part of this
project as well as all existing elements to remain that may have been soiled by the
construction process. The cleaning of existing elements shall include the power
washing of the existing concrete overflow weir to remain regardless of the
constructions affect.
K. If any City property that is not scheduled for removal with this project is damaged,
then the Contractor shall be responsible for the repair or replacement of said item at
the Contractors expense.
L. This item includes the removal of all trees less than 6 inches in caliper diameter
measured at 4.5 feet about ground level. If any tree removal greater than 6 inches is
necessary for the construction of the project in the Contractors opinion, then the
Contractor shall notify the City prior to removal to make a final determination. If said
tree removal is deemed necessary, then the removal shall be paid for under this item
and shall not be a basis for additional compensation.
M. Measurement for this bid item shall be per acre.
N. Payment for this bid item shall be paid for at the unit price bid for “Site Preparation”.
BID ITEM NO. 2 SECTION I– Aquatic Resources Relocation Plan
A. This item includes all labor, equipment, permits, fees and materials necessary for the
relocation of the aquatic life prior to the commencement of construction.
B. The Contractor shall be responsible for contracting with a biologist or fishery capable
of preparing of an Aquatic Resources Relocation Plan (ARRP) for submission to the
Texas Parks and Wildlife Department and the execution of the activities identified in
the ARRP. Additional information regarding the ARRP may be found at:
https://tpwd.texas.gov/publications/pwdpubs/media/pwd_lf_t3200_1958_arrp_guideli
nes_packet.pdf
C. Measurement for this bid item shall be lump sum.
D. Payment for this bid item shall be paid for at the unit price bid for “Aquatic
Resources Relocation Plan”. No partial payments shall be made for this bid item.
127
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-3
BID ITEM NO. 3 SECTION I– Care of Water
A. This item includes all labor, equipment, permits, fees and materials necessary for the
initial and on-going dewatering, both surface and sub-surface, required for the
construction of the project.
B. The Contractor shall be responsible for the initial dewatering of the pond upon the
completion of the activities identified in the ARRP and the subsequent management
of surface water throughout the completion of the project.
C. The Contractor shall be responsible for the management of groundwater throughout
the construction of the project. The Contractor shall familiarize themselves with the
information relating to the presence of the groundwater within the project area
contained within CMJ Engineering, Inc. Report No. 117-24-360 dated July 2024.
D. Measurement for this bid item shall be lump sum.
E. Payment for this bid item shall be paid for at the unit price bid for “Care of Water”.
Payment of a portion of the lump sum shall be made monthly based on percentage
complete of the overall contract.
BID ITEM NO. 4 SECTION I – Construction Staking
The provisions of NCTCOG Item 105.4 - “Construction Stakes” shall apply except as
modified or clarified below:
A. The Contractor shall be responsible for all construction staking and for establishing
the lines and grades required for construction of the project. Control points as
identified on the Plans shall be staked by a land surveyor under the direction and
supervision of a Registered Professional Land Surveyor employed by the Engineer.
B. All Property Corners (I.R. - iron rods) disturbed shall be reinstalled by the Contractor
at the exact same location as existing.
C. Payment shall include all labor, materials, and incidentals to stake the project,
including re-staking due to disturbance or removal of construction stakes during
construction.
D. Payment of a portion of the lump sum amount shall be made monthly based on
percentage complete of the overall contract.
E. Payment for this bid item shall be paid for at the unit price bid for “Construction
Staking”.
BID ITEM NO. 5 SECTION I – Removing Rock Rip Rap (Grouted and Ungrouted)
The provisions of NCTCOG Item 203.1 - “General Site Preparation” shall apply except
as modified or clarified below:
F. This item includes all labor, equipment, materials and incidentals required to remove
and dispose of existing rock rip rap in accordance with plans and specifications.
128
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-4
G. This item is intended to cover the removal of grouted and ungrouted rock rip rap
regardless of depth and any subsurface base layers such as filter fabric and bedding
material not suitable for repurposing on the project.
H. Rock Rip Rap removed from the project shall not be repurposed.
I. This surplus material shall become property of the Contractor and shall be disposed
of at an off-site location.
J. Measurement for this bid item shall be per square yard.
K. Payment for this bid item shall be paid for at the unit price for “Removing Rock Rip
Rap (Grouted and Ungrouted)”.
BID ITEM NO. 6 SECTION I – Removing Headwall (Variable Size)
The provisions of NCTCOG Item 203.1 - “General Site Preparation” shall apply except
as modified or clarified below:
A. This item includes all labor, equipment, materials and incidentals required to remove
and dispose of existing concrete in accordance with plans.
B. The removal of structures associated with the headwall not specifically identified on
the demolition plan for removal shall be incidental to the removal of the headwall.
Incidental items include but are not limited to: concrete rip rap, rock rip rap, baffle
blocks, and pedestrian rails.
C. This surplus material shall become the property of the Contractor and shall be
disposed of at an off-site location.
D. Measurement for this bid item shall be per each.
E. Payment for this bid item shall be paid for at the unit price for “Removing Headwall
(Variable Size)”.
BID ITEM NO. 7 SECTION I – Removing Storm Drain Pipe (Variable Size)
The provisions of NCTCOG Item 203.1 - “General Site Preparation” shall apply except
as modified or clarified below:
A. This item includes all labor, equipment, material, and incidentals required to cut,
remove dispose of existing drainage pipes, collars, plugs and any other incidental
appurtenances required for the construction of the drainage improvements shown in
the plans.
B. Contractor shall be responsible for locating existing lines to be removed and shall
only be paid for existing lines actually removed.
C. This surplus material shall become the property of the Contractor and shall be
disposed of at an off-site location.
D. Measurement for this bid item shall be per linear foot.
129
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-5
E. Payment for this bid item shall be paid for at the unit price bid for “Removing Storm
Drain Pipe (Variable Size)”.
BID ITEM NO. 8 SECTION I – Remove, Salvage, and Reinstall Pond Fountain,
Controller, and Pump
The provisions of NCTCOG Item 203.1 - “General Site Preparation” shall apply except
as modified or clarified below:
A. This item includes all labor, equipment, material, and incidentals required to
completely remove, salvage and reinstall pond fountain, controller(s), and pump(s)
and any other incidental appurtenances in their entirety.
B. The pond fountain, controller, and pump, power cords, etc… required for the
operation of the fountain shall be stored within the site until ready for installation.
C. Any surplus material not required for the operation of the fountain, controller, and
pump shall become the property of the Contractor and shall be disposed of at an off-
site location.
D. Measurement for this bid item shall be per each.
E. Payment for this bid item shall be paid for at the unit price bid for “Remove, Salvage
and Reinstall Pond Fountain, Controller, and Pump”.
BID ITEM NO. 9 SECTION I – Remove, Salvage, Refinish, Reinstall Existing Dock
The provisions of NCTCOG Item 203.1 - “General Site Preparation” shall apply except
as modified or clarified below:
A. This item includes all labor, equipment, material, and incidentals required for the
removal, salvaging, refinishing, and reinstallation of the existing dock at the locations
and according to the notes and details shown in the plans. For the purposes of this
project the term Dock shall encompass all functional pieces of the dock including but
not limited to: guide posts, guide arms, approach ramps, transition plates, railing,
handrails, decking, pontoons, and trim. Incidentals include but are not limited to: Trex
(or approved equal) decking material, fasteners, steel tubes and caps, plate steel, and
brackets or other mounting hardware,
B. The Contractor shall remove and salvage the dock prior to the dewatering of the pond
but not prior to the aquatic relocation conducted in accordance with the “Aquatic
Resources Relocation Plan”. The existing dock shall be stored within the project site
in a safe and remote area. The Contractor may also store the dock at their shop in
order to conduct the refinishing work.
C. The City shall be present at the dock removal process in order to assess the condition
of the dock. Any damage to the dock during the removal or storage process shall be
repaired at the Contractors expense to existing or better conditions.
130
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-6
D. Measurement for this bid item shall be lump sum.
E. Payment for this bid item shall be paid for at the unit price for “Remove, Salvage,
Refinish, Reinstall Existing Dock”. Payment of a portion of the lump sum may be
made based on percentage complete of the item.
BID ITEM NO. 10 SECTION I – Unclassified Excavation
The provisions of NCTCOG Item 203.2 - “Unclassified Excavation” shall apply except
as modified or clarified below:
A. This item includes all labor, equipment, material, and incidentals required for
excavation activities required to bring the site to the grade lines necessary to construct
the proposed improvements shown in the plans.
B. The Contractor shall familiarize themselves with the information contained within
CMJ Engineering, Inc. Report No. 117-24-360 dated July 2024.
C. No extra payment shall be made for the excavation beyond the lines and grades
shown on the plans unless the lines and grades are changed by the Engineer.
D. The Contractor shall maintain a clean and working site to minimize odors from the
excavation and excavated materials. Stockpiles of materials (especially unsuitable
siltation materials) shall be held to a minimum and removed from the site within 2
days unless used for general fill under item 11 Section I – “Borrow (Pond Liner)”.
E. Measurement for this bid item shall be per cubic yard complete in place.
Measurement is based upon the plan’s quantity with material in its original position.
F. Payment for this bid item shall be paid for at the unit price bid for “Unclassified
Excavation”.
BID ITEM NO. 11 SECTION I– Spoil
The provisions of NCTCOG Item 203.4 - “Borrow and Spoil” shall apply except as
modified or clarified below:
A. This item includes all labor, equipment, material, and incidentals required for disposal
of un-necessary or un-suitable material excavated in accordance with item 9 Section I
– “Unclassified Excavation”.
B. Unsuitable materials are defined as materials not suitable for general site or
earthwork. The materials include but are not limited to: siltation material removed
from the bottom of each pond, material from stripped areas, and material from areas
that were excessively wet, unstable, or soft.
C. No extra payment shall be made for spoil beyond that necessary to construct the lines
and grades shown in the plans unless the lines and grades are modified by the
Engineer.
131
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-7
D. Spoil material shall become the property of the Contractor, unless otherwise indicated
by the City during construction, and shall be disposed of at an off-site location.
E. Measurement for this bid item shall be per cubic yard complete in place.
Measurement is based upon the plan’s quantity with material in its original position.
F. Payment for this bid item shall be paid for at the unit price bid for “Spoil”.
BID ITEM NO. 12 SECTION I – Borrow (Pond Liner)
The provisions of NCTCOG Item 203.4 - “Borrow and Spoil”, Item 203.5 –
“Embankment” shall apply except as modified or clarified below:
A. This item includes all labor, equipment, material, testing, and incidentals required for
the acquisition, stockpiling, placement, and compaction of material required to bring
the site to the grade lines necessary to construct the proposed improvements shown in
the plans.
B. The material placed in accordance with this item shall be acquired, placed, and
compacted in accordance with the recommendations contained within the CMJ
Engineering, Inc. Report No. 117-24-360 dated July 2024 under the Pond Liner
Alternatives.
C. For offsite material utilized for fill on this project the Contractor shall provide a
notarized certification that the borrow source site has never been contaminated with
hazardous or toxic materials.
D. No extra payment shall be made for borrow beyond that necessary to construct the
lines and grades shown in the plans unless the lines and grades are modified by the
Engineer.
E. Measurement for this bid item shall be per cubic yard complete in place.
Measurement is based upon the plan’s quantity with the material in it’s final,
compacted position.
F. Payment for this bid item shall be paid for at the unit price bid for “Borrow (Pond
Liner)”.
BID ITEM NO. 13 SECTION I – Riprap (Conc) (Cl B) (RR8&RR9) (TxDOT
Standard)
The provisions of TxDOT Items 432 - “Riprap” shall apply except as modified or
clarified below:
A. This item includes all labor, equipment, materials, testing, and incidentals required to
construct concrete riprap at the locations and in accordance with the notes and details
shown in the plans.
B. Volumetric concrete shall not be allowed on this project.
132
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-8
C. Measurement for this bid item shall be per square yard complete in place.
D. Payment for this bid item shall be paid for at the unit price bid for “Riprap (Conc)
(RR8&RR9) (TxDOT Standard)”.
BID ITEM NO. 14 & 15 SECTION I– HDPE Pipe
The provisions of NCTCOG Item 508.6 - “Corrugated Thermoplastic Pipe” shall apply
except as modified or clarified below:
A. This item includes all labor, equipment, materials, testing, and incidentals required to
install HDPE pipe at the locations and in accordance with the notes and details shown
in the plans.
B. This item shall include post-construction television inspection, plugs, plugging
existing lines, tapping, collars, fittings, wyes, gaskets, supporting and protecting
existing utilities and connections to adjacent structures necessary for complete
installation.
C. Preparation and execution of trench safety plan signed and sealed by a licensed
engineer in the State of Texas in order to construct the proposed improvements for the
project shall be considered subsidiary to this Bid Item.
D. All proposed storm sewer connections shall be pre-fabricated. Field connections can
be used for connections to existing lines only.
E. Concrete collars shall be installed at all pipe size, grade changes, and connections to
existing pipes and shall not comprise of volumetric concrete. Concrete collars are
considered subsidiary to this Bid Item.
F. Trench excavation, including embedment and backfill, are considered subsidiary to
this Bid Item.
G. Measurement for these bid items shall be per linear foot.
H. Payment for these bid items shall be paid for at the unit price bid for “18 Inch HDPE
pipe”, and “24 Inch HDPE Pipe”.
BID ITEM NO. 16 SECTION I – SLOPED END TREATMENT HEADWALL
The provisions of NCTCOG Item 702 - “Concrete Structures” shall apply except as
modified or clarified below:
A. This item includes all labor, equipment, materials, testing, and incidentals required to
install safety end treatments (SET) at the locations and in accordance with the notes
and details shown in the plans.
B. Concrete for headwall shall be Class “C” with a minimum of 5 sacks per cubic yard
133
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-9
cement content and a 3,600-psi minimum compressive strength when tested at 28
days.
C. Measurement for these bid items shall be per each.
D. Payment for these bid items shall be paid for at the unit price bid for “Sloped End
Treatment Headwall”.
BID ITEM NO. 1 Section II – SWPPP and Sedimentation Control
A. This Item shall consist of temporary soil erosion sediment and water pollution control
measures deemed necessary by the Owner for the duration of the Contract. The
temporary pollution-control provisions contained herein shall comply, in their
entirety, with TPDES General Permit No. TXR150000 requirements, the
requirements of the NCTCOG “Storm Water Quality Best Management Practices
(BMP) for Construction Activities” Manual, Current Edition, as indicated on the
“Erosion and Sedimentation Control Procedures” drawings shown in the Plans, and as
otherwise directed by the Owner’s Project Representative. These control measures
shall be used to the extent practical to assure economical, effective and continuous
erosion control throughout the construction period unless determined otherwise by the
Owner. The temporary control measures shall include, but not be limited to, silt fence
or hay bale barriers, inlet protection, rock type filter dams, jute matting (if required),
temporary seeding, straw mulch, stabilized construction entrances and all other
necessary devices deemed necessary by the Owner’s Project Representative to assure
the most effective control. Should further preventative measures become evident, as
determined by the Owner’s Project Representative, the Contractor shall act
immediately to bring the erosion and siltation under control by whatever additional
temporary means are deemed necessary.
B. The CONTRACTOR shall be considered the operator with day to day operational
control of the construction site and SWPPP per Texas Pollutant Discharge
Elimination System (TPDES) General Permit No. TXR150000. All work shall
conform to City standards, NCTCOG Standard Specification Item 202, “Temporary
Erosion, Sedimentation, and Water Pollution Prevention and Control”, and TPDES
General Permit No. TXR150000.
C. The CONTRACTOR must revise or update the SWPPP whenever: 1) there is a
change in design, construction, operation, or maintenance that has a significant effect
on the discharge or pollutants and that has not been previously addressed in the
SWPPP; or 2) results of inspections or investigations by site operators, CITY, TCEQ
personnel, or a federal, state or qualified local agency indicate the SWPPP or ECP is
proving ineffective in sediment control.
D. Refer to the construction plans for the Engineer’s minimum recommended plan and
associated construction details.
134
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-10
E. Construction/Installation of Stabilized Construction entrances shall be provided under
this bid item. Contractor must get alternate construction entrance locations approved
by the City prior to installation.
F. The Contractor shall maintain the temporary control devices during the project
duration in a quality condition until the final completion of the project. Final payment
will not be made until all erosion control devices and/or BMPs are removed from the
project.
G. Inlet Protection will be provided under this item, and shall consist of all materials,
equipment, labor, tools and incidentals necessary to complete and maintain the inlet
protection throughout the contract.
H. Silt Fence will be provided under this item, and shall consist of all materials,
equipment, labor, tools and incidentals necessary to complete and maintain the silt
fence throughout the contract.
I. Waste or disposal areas and temporary construction roads (if any) shall be located and
constructed in a manner that will minimize the amount of sediment allowed to leave
the site(s).
J. In the event that temporary erosion, sediment and water-pollution-control measures
required on the project are due to the Contractor’s negligence, carelessness or failure
to install proper controls as a part of the work as required, and are ordered by the
Owner’s Project Representative, such work shall not be measured for payment but
shall be performed by the Contractor at his own expense.
K. In the case of failure on the part of the Contractor to control soil erosion, pollution
and/or siltation, the Owner reserves the right to employ outside assistance or to use
Owner’s forces to provide the necessary corrective measures. Such incurred direct
costs plus project-engineering costs will be deducted from any money due or to
become due to the Contractor.
L. The Contractor shall provide, implement and maintain a Joint Stormwater Pollution
Prevention Plan and shall include obtaining a Notice to Proceed and Notice of
Termination.
M. Measurement and payment for all items listed above shall be made on a lump sum
basis and shall include all labor and materials necessary to provide and maintain the
erosion control BMPs on this project in compliance with the SWPPP and the TPDES
General Permit No. TXR150000. The costs of maintenance or any additional erosion
controls above and beyond those described in the SWPPP and ECP necessary to
maintain compliance with the TPDES permit are subsidiary to this pay item.
N. Payment for this bid item shall be paid for at the unit price bid for “SWPPP”.
BID ITEM NO. 2 SECTION II – Soil Retention Blanket, Seeding and Topsoil:
The provisions of NCTCOG Item 202.15 - “Erosion Control Blankets” shall apply except
as modified or clarified below:
135
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-11
A. Soil Retention Blanket shall be installed on all side slopes where specified
immediately after seeding.
B. Soil Retention Blanket shall be American Excelsior Company Curlex I or approved
equal.
C. Soil Retention Blanket shall be installed by rolling mat parallel to the direction of
water flow.
D. The Contractor shall install Soil Retention Blanket according to manufacturer
instructions.
E. Vegetation re-establishment associated with damage from access shall be incidental
to the project bid items. All disturbed areas shall be restored in kind with grass and
soil retention blankets when slopes exceed 6:1.
F. The cost of topsoil, seeding, fertilizer, watering and mowing shall be included in this
bid item.
G. Measurement and payment shall be made per square yard of Soil Retention Blanket
placed and shall include the cost of preparing the soil, seeding, furnishing, and
installing mat, and all incidentals necessary to complete the work.
H. Payment for this bid item shall be paid for at the unit price bid for “Hydromulch
Seeding with Retention Blanket”.
BID ITEM NO. 1 Section III – Irrigation Repairs and Modifications
A. This item includes all labor, equipment, materials, testing, and incidentals required
for the repair of and modification to existing irrigation systems within the park
necessary for the construction of any of the proposed improvements shown in the
plans. Incidentals include but are not limited to: pvc irrigation pipe, heads, bends,
control valves, wiring, caps, and plugs.
B. The work for this item shall be conducted by or under the direct supervision of a
licensed irrigator.
C. The Contractor shall be responsible for ensuring that all areas disturbed by the
construction activities are restored to existing or better conditions at no additional
cost.
D. Measurement for this bid item shall be lump sum.
E. Payment for this bid item shall be paid for at the unit price bid for “Irrigation Repairs
and Modifications”. Payment of a portion of the lump sum may be made based on
percentage complete of the item.
136
Item 3.
Porter Park Pond Rehabilitation Halff Associates, Inc., AVO 57185.001
90% Design January 2025
T-12
BID ITEM NO. 2 SECTION III – Tree Protection
The provisions of NCTCOG Item 201.1 - “Removal, Protection, and Replacement of
Trees, Shrubbery, Plants, Sod, and Other Vegetation” shall apply except as modified or
clarified below:
A. This item includes all labor, equipment, materials and incidentals required to install
and maintain tree protection at the locations and in accordance with the notes and
details shown in the plans.
B. The Contractor shall protect all trees indicated on the plans within the construction
limits of the project. No material shall be stored, and no vehicles shall be parked
within the drip line of trees to be protected.
C. The Contractor shall protect all trees outside of the limits of the project. No material
shall be stored, and no vehicles shall be parked within the drip line of trees to be
protected.
D. Any damage to tree’s marked to be protected within the limits of the project or trees
outside of the project limits during the construction process which results in the death
of the tree shall be replaced in kind and any associated irrigation and bubblers
necessary for the establishment of said tree shall be paid for at the Contractors
expense. The City shall have the right to approve of the replacement tree.
E. For damage to tree’s marked to be protected within the limits of the project or trees
outside of the project limits during the construction process which will likely results
in the death of the tree a $1000 retainage, in excess of other contractual retainages,
per tree shall be held for a duration of six (6) months after the substantial completion
of the project. If within the six (6) month period immediately following substantial
completion the tree dies, then the Contractor shall replace the tree in kind and any
associated irrigation and bubblers necessary for the establishment of said tree shall be
paid for at the Contractors expense. The City shall have the right to approve of the
replacement tree.
F. Measurement for this bid item shall be per each.
G. Payment for this bid item shall be paid for at the unit price bid for “Tree Protection”.
137
Item 3.
SECTION T–1
GENERAL
Materials furnished and construction methods utilized for this Project shall be in
conformance with the North Central Texas Council of Governments (NCTCOG)
"Standard Specifications for Public Works Construction" (Newest Version), as amended
or supplemented (SEPARATE DOCUMENT NOT INCLUDED), and the Texas
Department of Transportation (TXDOT) “Standard Specifications for Construction and
Maintenance of Highways, Streets, and Bridges” (Newest Version), as amended or
supplemented (SEPARATE DOCUMENT NOT INCLUDED). Including the current
engineering specifications and city ordinances and rules governing improvements upon
subdivisions of land within the jurisdiction of the City of Sanger, Texas. Where conflicts
exist, the following documents shall govern in the following order: (1) City of Sanger
Ordinances; (2) Construction Plans; (3) Project Manual; (4) NCTCOG's "Standard
Specifications for Public Works Construction.; (5) TXDOT’s “Standard Specifications
for Construction and Maintenance of Highways, Streets, and Bridges"
END OF SECTION
T-1-1
138
Item 3.
SECTION T-2
PORTER PARK POND REHABILITATION
1. GENERAL
The Project consists of the rehabilitation of Porter Park Pond, a retention facility
located at the southern end of Sanger Sports Park experiencing abnormal water level
loss. The elements of the project include, but are not limited to: excavating, storm
drainage improvements, grading, park signage, aquatic species relocation, irrigation
repairs and modifications, and erosion control. All existing utilities shall be
located/secured/relocated as necessary before ANY grading or demolition begins.
Contractor shall notify City if any utilities differ from their locations on the plans.
Refer to the plans for the location of the Project. SWPPP permit must be acquired and
implemented prior to ANY grading or demolition activity.
2. COMPLETING THE PROJECT
The Contractor shall employ the use of any means and methods appropriate to
accomplish the task of completing the Project.
Areas to be graded shall be properly staked before grade work is performed.
Other items on the site are specified on the Construction Documents/Project Manual.
The Contractor shall complete this Project in accordance with the following:
A. Plan of Work
Prior to beginning work, the Contractor must submit a written plan to the Owner
for review fully describing his proposed plan of work for completing this Project.
The plan of work shall include the following information:
1) Detailed schedule of work.
2) Plan for collecting, containing, and disposing of waste material
generated.
3) Plan for protecting ground around work and property which would
reasonably be affected thereby.
4) Plan for worker safety and health.
5) Quality control plan.
6) Trench safety plan (as per NCTCOG specifications).
7) SWPPP.
T-2-1
139
Item 3.
B. Safety Precautions
The Contractor shall be fully responsible for the safety of the workmen on this
Project and public in the vicinity of this Project at all times during the
construction process. If required, protective equipment, abrasive resistant
clothing, head covering, gloves, foot covering, safety shoes, leather gloves, ear
protection and OSHA approved respirators shall be utilized as a minimum during
the of the work.
Contractor shall provide all workers at least the minimum described safety
equipment as well as that required by OSHA. If applicable, Contractor shall
equip all workers that remove the painting system and cut or torch the existing
steel with the proper OSHA respirators in accordance with OSHA 29CFR
1926.62 (t). The Contractor shall presume an initial airborne exposure to concrete
dust, lead, silver, and other heavy metals for workers and provide appropriate
protection from the presumed exposed level to lead, silver, and other heavy metals
until such time as air tests established a lower exposure. Documentation from the
Contractor and the Contractor's independent laboratory conducting air tests shall
be submitted to the City to justify a lesser respirator.
C. Contractor Liability
Contractor shall be solely liable for all claims for personal and property damage
including death, which results from the construction operations on this Project. If
complaints are received by the Contractor or City from anyone, the Contractor
shall investigate the compliant immediately and report in writing to the City
corrective action Contractor is taking. It shall be the Contractor's complete
responsibility to correct or make whole any damage or injuries caused by his
operations.
D. Payment
Payment for work performed under this section of the specifications shall be paid
as shown in the bid proposal. Payment will be for all work, materials and
necessary appurtenances to complete the work. Payment for those items of work
described in this section of the specifications for which no specific pay item is
provided in the bid proposal shall be subsidiary to the items shown on the bid
proposal.
T-2-2
140
Item 3.
APPENDIX
141
Item 3.
GEOTECHNICAL REPORT 117-24-360
142
Item 3.
143
Item 3.
Halff Associates, Inc.
Pond Investigation – Sanger Sports Park
Project No. 117-24-360
July 29, 2024
Page 2
SUBSURFACE CONDITIONS AND LABORATORY TESTING
Soils encountered consist of dark brown, brown, light brown and gray silty clays and clays of
moderate to high plasticity. These clay soils contain various ironstone nodules, iron seams, and
occasional calcareous nodules. Light brown and gray sandy clays containing gravel are present
below 20 feet in Borings B-1 and B-2. In addition, tan clayey sand containing gravel is present
below 22 feet in Boring B-3.
The borings were drilled using continuous drilling methods in order to observe ground-water
seepage during drilling. Ground-water seepage was encountered at depths of 12 to 17 feet
during drilling. Water levels of 7 to 12 feet were observed at the completion of drilling
operations. It should be recognized that ground water conditions will vary with fluctuations in
rainfall. Fluctuations of the ground water level can occur due to seasonal variations in the
amount of rainfall; site topography and runoff; hydraulic conductivity of soil strata; and other
factors not evident at the time the borings were performed. Ground water levels near the
observed levels should be anticipated throughout the year. Due to the variable subsurface
conditions, long-term observations would be necessary to more accurately evaluate the ground
water level. Such observations would require installation of piezometer or observation wells
which are sealed to prevent the influence of surface water. The possibility of ground-water level
fluctuations should be considered when developing the design and construction plans for the
project.
Laboratory testing consisted of moisture content and soil identification, liquid and plastic limits
determinations, gradations and laboratory permeability. Atterberg Limit determinations indicate
Liquid Limits varying from 27 to 55 with Plasticity Indices varying from 13 to 35. Percentages of
material passing through the No. 200 sieve ranged from 31 to 97 percent with clay fractions
ranging from 27 to 41 percent. The lower plasticity index and minus the No. 200 sieve results
are associated with the sandy clay and clayey sand materials present below 20- to 22-foot
depths. Particle size analyses are provided on Plates A.7 through A.10. Four hydraulic
conductivity (USACE EM 110-2-1906, Appendix VII) tests were performed on selected
undisturbed recovered samples of the clay and silty clay materials, with tested values of 8.5x10-
8 to 1.2x10-7 cm/s as documented on the attached hydraulic conductivity test reports, Plates
A.11 through and A.14.
144
Item 3.
Halff Associates, Inc.
Pond Investigation – Sanger Sports Park
Project No. 117-24-360
July 29, 2024
Page 3
POND RETENTION RECOMMENDATIONS
Summary of Results
Clay soils with a Plasticity Index on the order of 20 or greater are considered to be relatively
impervious and would normally be considered to provide adequate protection against large
seepage losses. A maximum permeability value of 1.0x10-7 cm/s or less is a typical goal for
pond soil liner materials. The plasticity indices of the clay soils encountered in the borings
within the approximate pond depth range (pond bottom near Elevation 597) vary from 21 to 35,
with an average value of 28. Based on these plasticity index results, large seepage losses
would not be anticipated, particularly considering the results of permeability testing, being on the
order of 1.0x10-7 or less. However, the soils with tested plasticity indices closer to 20 which
were found in Boring B-2 and below 15- to 16- foot depths in Borings B-1 and B-3 are
considered marginal materials with respect to water retention. Particle size analyses and
permeability testing results indicate significant silt and clay fractions, thus the seepage losses
should occur rather slowly. Based on historic aerial imagery, a large and mature tree was
present within the pond bottom. It is not known to what degree of grubbing and associated root
removal took place during construction. If left in place, decayed roots can also lead to seepage
losses, particularly if there exists a direct pathway to the underlying materials of higher
permeability.
Pond Liner Alternatives
Many options are available to decrease the permeability characteristics of the existing pond
bottom materials to reduce the observed losses, depending on the availability and cost of the
options. The following may be considered:
• Clay soils excavated from nearby surface sources possessing a Plasticity Index of at
least 25 and a minimum clay fraction of 30 percent.
• Man-made polyethylene or comparable liner
• Other manufactured liner alternatives
• Modification of existing soils with bentonite or propriety chemicals
Prior to the installation of any of the above methods, all areas to be excavated or to receive a
liner or liner materials should be cleared, grubbed, and stripped prior to excavation and
subgrade preparation.
145
Item 3.
Halff Associates, Inc.
Pond Investigation – Sanger Sports Park
Project No. 117-24-360
July 29, 2024
Page 4
Clearing and grubbing should consist of the removal of all large vegetation, abandoned
structures, and debris, including all roots 1 inch or larger in diameter, to a minimum depth of 12
inches. Stripping should consist of the removal of all topsoil, roots, vegetation and rubbish not
removed by the clearing and grubbing operation. Additionally, any other unsatisfactory or
otherwise objectionable materials should be removed from the subgrade area. The stripped
areas should be observed by the Engineer to determine if additional excavation is required to
remove unsuitable materials that would adversely affect liner placement process. The subgrade
should be firm and able to support the construction equipment without displacement. Soft or
yielding subgrade shall be corrected and made stable before construction proceeds. The
subgrade shall be proof rolled to detect soft spots, which if exist, should be reworked. Proof
rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar
equipment weighing approximately 25 tons. The proof rolling operations should be observed by
the Engineer.
An imported clay liner, if used, should be a minimum 2 feet thick with a Plasticity Index of 25 or
greater. The liner clays should be placed in 6-inch lifts, moistened to their optimum moisture
content or above, and compacted to at least 95 percent of Standard Proctor Compaction (ASTM
D698). Four 6-inch lifts of liner soils are recommended to produce a full 2-foot natural soil liner.
Prior to placing subsequent lifts, it is highly recommended that the previous lift be lightly
scarified to assure a proper bond between the lifts of fill. In-situ density tests also are
recommended on each lift of fill to assure that the proper moisture and density is achieved. In
order to help provide a homogeneous liner, a minimum of four passes of the tamping foot roller
should be provided, even if the recommended density is achieved with fewer passes. Field
density tests (including moisture content) taken at a minimum of one field density test for each
5,000 square feet of compacted area is recommended. For small or critical areas, the
frequency of testing should be reduced to one test per 2,500 square feet or less. The earthwork
operations should be observed and tested on a continuing basis by an experienced
geotechnician working in conjunction with the project geotechnical engineer. Each lift should be
compacted, tested, and approved before another lift is added. In order to maintain a crack free
final liner zone, it is preferable to keep the liner soils continually moist. If the liner soils are
allowed to dry, dessication cracks can open up through the liner, allowing sands and silts to
enter the cracks and essentially produce a “hole” in the final liner material. Care should be
taken that desiccation is not permitted during construction and that the completed liner is not
allowed to dry prior to re-filling the pond.
146
Item 3.
Halff Associates, Inc.
Pond Investigation – Sanger Sports Park
Project No. 117-24-360
July 29, 2024
Page 5
Man-made liners also can be established as a positive seepage cut off. Consideration should
be given to 30-mil manufactured polyethylene or similar material. Where overlapping is
necessary, the seams in the overlap should be appropriately bonded together to prevent
moisture migration. The manufactured material should be checked for effects of ultra-violet
radiation and deterioration potential over time. In addition, it is extremely important that no
punctures be allowed in the liner during installation.
Other manufactured liner materials might consist of manufactured geosynthetic clay liners (e.g.,
Bentomat) or similar bentonite/geotextile material. As in the case of other manufactured liners,
manufacturer’s recommendations for overlapping should be followed and no surface puncturing
should be allowed. These liners have the advantage of ease of placement and not being
susceptible to seepage problems due to liner cracking upon drying.
As an additional alternative, the existing soils could be mixed with imported bentonite clay to
produce a new pond lining with reduced permeability characteristics. We recommend a
minimum of 3 percent bentonite be used to modify the existing soils for a minimum 12-inch-thick
bentonite treated zone. The amount of bentonite should be on the order of 36 pounds per
square yard for a 12-inch depth. The bentonite should be thoroughly mixed and blended with
the upper 12 inches of the subgrade. The subgrade should be processed by discing or
pulverizing throughout the 12-inch thickness to break up and reduce clod size, and provide
additional blending of materials. Processing should consist of at least five passes of a fully
penetrating disc plow or three passes of a fully penetrating roto-till pulverizer. Additional passes
of the processing equipment should be performed as necessary to accomplish breaking up,
reduction of clod size, and blending the bentonite-soil mixture. Each successive pass of the
processing equipment should be in a direction perpendicular to the previous pass, where
working space permits. As similar to a natural soil liner, it is recommended that the
bentonite/onsite soil liner be moistened and compacted as recommended above. The moisture
content of the soil should be adjusted, if necessary, by either aeration or the addition of water to
bring the moisture content within the recommended range. Water required for sprinkling to
bring the fill material to the proper moisture content should be applied evenly. When the
moisture content and the condition of the soil-bentonite mixture are satisfactory, compaction
should be performed with a heavy tamping foot (sheep’s foot) roller with fully penetrating feet
either towed by a crawler-type tractor or the self-propelled type. The tamping foot roller should
weigh no less than 2,000 pounds per linear foot of drum width.
147
Item 3.
Halff Associates, Inc.
Pond Investigation – Sanger Sports Park
Project No. 117-24-360
July 29, 2024
Page 6
Propriety methods are also available for treating existing soils in order to reduce permeability.
Seepage Control, Inc. in Chandler, Arizona manufactures and installs a product named ESS-13
which has been used successfully to reduce permeability of existing soils for pond applications.
This specialty contractor would be contacted directly for further information.
Dewatering of Excavations
The following information is provided as a guideline only. The contractor should be responsible
for selecting and providing appropriate excavation dewatering systems for use during
construction.
Ground water may be encountered within excavations greater than 7 feet below grade as
referenced at the exploration boring locations. The decision as to the method for handling
ground water depends upon such factors as the soil characteristics within the excavation
depths, site hydrogeology, the size and depth of the excavation, method of excavation and side
slopes.
The choice of a particular method or a combination of methods for dewatering any given
excavation will require an analysis of the subsurface soil and ground water conditions, the
requirements of the work, and the contractor’s experience with dewatering excavations. Once
these factors are known, consideration can be given to the various methods available for
handling ground water and a selection can be made as to a suitable method. A certain amount
of flexibility is important in the dewatering process.
Regardless of the dewatering method selected, it should be capable of lowering and
continuously maintaining the ground-water surface a minimum of 2 feet below the base of all
excavations throughout the construction period. The contractor should be required to provide
adequate personnel and equipment to operate and maintain the dewatering system on a 24-
hour basis, as required.
ANCILLARY COMMENTS
Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the recommendations
for the particular application and approved by the Engineer prior to the materials being used. The
owner also should require the contractor to obtain a written, notarized certification from the
148
Item 3.
Halff Associates, Inc.
Pond Investigation – Sanger Sports Park
Project No. 117-24-360
July 29, 2024
Page 7
landowner of each proposed off-site soil borrow source stating that to the best of the landowner’s
knowledge and belief there has never been contamination of the borrow source site with hazardous
or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish
soils to the site. The soil materials derived from the excavation of underground petroleum storage
tanks should not be used as fill on this project.
Excavation
The side slopes of excavations through the overburden soils should be made in such a manner to
provide for their stability during construction. Structures, pipelines or other facilities, which are
constructed prior to or during the currently proposed construction and which require excavation,
should be protected from loss of end bearing or lateral support.
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided, instead of allowing surface water to flow down unprotected slopes.
The contractor must comply with all applicable safety regulations concerning trench safety and
excavations including, but not limited to, OSHA regulations.
Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction,
and all permanent slopes and other areas subject to erosion or sedimentation should be
provided with permanent erosion and sediment control facilities. All applicable ordinances and
codes regarding erosion and sediment control shall be followed.
CLOSURE
CMJ Engineering, Inc. appreciates the opportunity to perform this investigation and provide the
recommendations herein. Readers should understand that the onsite materials have significant
variability in soil type and grain size consistency. As a result, it is highly recommended that,
upon completion of the excavation for the pond, CMJ Engineering, Inc. be retained to view the
pond bottom soils and provide any further comments or recommendations regarding liner usage
and placement. It is recommended that CMJ Engineering, Inc. be allowed the opportunity to
perform appropriate moisture and density testing of any potential liner soils to verify their
material compaction characteristics. Please contact us should questions arise on information
contained herein.
149
Item 3.
150
Item 3.
PL
A
N
O
F
B
O
R
I
N
G
S
A.1
Plate
CM
J
P
r
o
j
e
c
t
N
o
.
1
1
7
-
2
4
-
3
6
0
LE
G
E
N
D
:
Bo
r
i
n
g
L
o
c
a
t
i
o
n
SO
U
R
C
E
:
G
O
O
G
L
E
E
A
R
T
H
,
2
0
2
4
;
I
M
A
G
E
R
Y
D
A
T
E
:
1
/
2
0
2
2
B-
1
B-
2
B-
3
Po
n
d
I
n
v
e
s
t
i
g
a
t
i
o
n
Sa
n
g
e
r
S
p
o
r
t
s
P
a
r
k
Sa
n
g
e
r
,
T
e
x
a
s
0
60
12
0
F
E
E
T
AP
P
R
O
X
I
M
A
T
E
S
C
A
L
E
35
I-35 FRONTAGE ROAD
SA
N
G
E
R
S
P
O
R
T
S
P
A
R
K
DU
C
K
C
R
E
E
K
151
Item 3.
Fi
n
e
-
g
r
a
i
n
e
d
s
o
i
l
s
(M
o
r
e
t
h
a
n
h
a
l
f
o
f
m
a
t
e
r
i
a
l
i
s
s
m
a
l
l
e
r
t
h
a
n
N
o
.
2
0
0
s
i
e
v
e
)
Sa
n
d
s
(M
o
r
e
t
h
a
n
h
a
l
f
o
f
c
o
a
r
s
e
f
r
a
c
t
i
o
n
i
s
s
m
a
l
l
e
r
th
a
n
N
o
.
4
s
i
e
v
e
s
i
z
e
)
Gr
a
v
e
l
s
(M
o
r
e
t
h
a
n
h
a
l
f
o
f
c
o
a
r
s
e
f
r
a
c
t
i
o
n
i
s
l
a
r
g
e
r
th
a
n
N
o
.
4
s
i
e
v
e
s
i
z
e
)
Sa
n
d
s
w
i
t
h
f
i
n
e
s
(A
p
p
r
e
c
i
a
b
l
e
a
m
o
u
n
t
o
f
fi
n
e
s
)
Cl
e
a
n
s
a
n
d
s
(L
i
t
t
l
e
o
r
n
o
f
i
n
e
s
)
Gr
a
v
e
l
s
w
i
t
h
f
i
n
e
s
(A
p
p
r
e
c
i
a
b
l
e
a
m
o
u
n
t
of
f
i
n
e
s
)
Cl
e
a
n
g
r
a
v
e
l
s
(L
i
t
t
l
e
o
r
n
o
f
i
n
e
s
)
Pt
OH
CH
MH
OL
CL
ML
SC
SM
SP
SW
GC
GM
GP
GW
Grp.
Sym.
Peat and other highly organic
soils
Organic clays of medium to
high plasticity, organic silts
Inorganic clays of high
plasticity, fat clays
Inorganic silts, micaceous or
diatomaceous fine sandy or
silty soils, elastic silts
Organic silts and organic silty
clays of low plasticity
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty
clays, and lean clays
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
Clayey sands, sand-clay
mixtures
Silty sands, sand-silt
mixtures
Poorly graded sands;
gravelly sands, little or no
fines
Well-graded sands, gravelly
sands, little or no fines
Clayey gravels, gravel-sand-
clay mixtures
Silty gravels, gravel-sand-silt
mixtures
Poorly graded gravels, gravel-
sand mixtures, little or no
fines
Well-graded gravels, gravel-
sand mixtures, little or no
fines
Typical Names
De
t
e
r
m
i
n
e
p
e
r
c
e
n
t
a
g
e
s
o
f
s
a
n
d
a
n
d
g
r
a
v
e
l
f
r
o
m
g
r
a
i
n
s
i
z
e
c
u
r
v
e
.
L
e
s
s
t
h
a
n
5
p
e
r
c
e
n
t
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
G
W
,
G
P
,
S
W
,
S
P
M
o
r
e
t
h
a
n
1
2
p
e
r
c
e
n
t
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
G
M
,
G
C
,
S
M
,
S
C
5
t
o
1
2
p
e
r
c
e
n
t
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
.
Bo
r
d
e
r
l
i
n
e
c
a
s
e
s
r
e
q
u
i
r
i
n
g
d
u
a
l
s
y
m
b
o
l
s
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I. less
than 4
Not meeting all gradation
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
Liquid and Plastic limits
below "A" line or P.I.
greater than 4
Not meeting all gradation
PLATE A.2
requirements for SW
requirements for GW
UNIFIED SOIL CLASSIFICATION SYSTEM
Co
a
r
s
e
-
g
r
a
i
n
e
d
s
o
i
l
s
(m
o
r
e
t
h
a
n
h
a
l
f
o
f
t
h
e
m
a
t
e
r
i
a
l
i
s
l
a
r
g
e
r
t
h
a
n
N
o
.
2
0
0
s
i
e
v
e
s
i
z
e
)
De
p
e
n
d
i
n
g
o
n
p
e
r
c
e
n
t
a
g
e
o
f
f
i
n
e
s
(
f
r
a
c
t
i
o
n
s
m
a
l
l
e
r
t
h
a
n
N
o
.
2
0
0
s
i
e
v
e
s
i
z
e
)
,
c
o
a
r
s
e
-
g
r
a
i
n
e
d
s
o
i
l
s
a
r
e
cl
a
s
s
i
f
i
e
d
a
s
f
o
l
l
o
w
s
:
Laboratory Classification Criteria
Hi
g
h
l
y
Or
g
a
n
i
c
so
i
l
s
Si
l
t
s
a
n
d
c
l
a
y
s
(L
i
q
u
i
d
l
i
m
i
t
g
r
e
a
t
e
r
t
h
a
n
5
0
)
Si
l
t
s
a
n
d
c
l
a
y
s
(L
i
q
u
i
d
l
i
m
i
t
l
e
s
s
t
h
a
n
5
0
)
Liquid and plastic limits
plotting between 4 and 7
are borderline cases
requiring use of dual
symbols
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
Major Divisions
0 10 20 30 40 50 60 70 80 90 1000
10
20
30
40
50
60
CL-ML4
7
CL
CH
OH and MH
ML and OL
Liquid Limit
Plasticity Chart
Pl
a
s
t
i
c
i
t
y
I
n
d
e
x
Cu= -----
D60
D10
greater than 6:CC= --------------
(D30)2
D10 x D60
between 1 and 3
Cu= -----
D60
D10
greater than 4:CC= --------------
(D30)2
D10 x D60
between 1 and 3
152
Item 3.
SOIL OR ROCK TYPES
GRAVEL LEAN CLAY LIMESTONE
SAND SANDY SHALE
SILT SILTY SANDSTONE
CLAYEY HIGHLY
PLASTIC CLAY CONGLOMERATE Shelby
Tube Auger Split
Spoon
Rock
Core
Cone
Pen
No
Recovery
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No. 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf)
Soft 0.0 to 1.0
Firm 1.0 to 1.5
Stiff 1.5 to 3.0
Very Stiff 3.0 to 4.5
Hard 4.5+
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance Descriptive Item Relative Density
(blows/foot)
0 to 4 Very Loose 0 to 20%
4 to 10 Loose 20 to 40%
10 to 30 Medium Dense 40 to 70%
30 to 50 Dense 70 to 90%
Over 50 Very Dense 90 to 100%
Soil Structure
Calcareous Contains appreciable deposits of calcium carbonate; generally nodular
Slickensided Having inclined planes of weakness that are slick and glossy in appearance
Laminated Composed of thin layers of varying color or texture
Fissured Containing cracks, sometimes filled with fine sand or silt
Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils
Soft Can be scratched with fingernail
Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail
Hard Difficult to scratch with knife
Very Hard Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented
Degree of Weathering
Unweathered Rock in its natural state before being exposed to atmospheric agents
Slightly Weathered Noted predominantly by color change with no disintegrated zones
Weathered Complete color change with zones of slightly decomposed rock
Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron
oxide are common cementing materials.
153
Item 3.
49
49
40
30
29
24
15
20
24
22
21
21
25
25
25
28
23
12
13
98
93
4.5+
2.0
3.0
3.0
4.0
3.25
2.25
1.0
1.0
0.75
1.5
4.5+
4.5+
93
88
19
20
16
594.0
589.0
584.0
SILTY CLAY, dark brown, w/ ironstone nodules and
iron seams, stiff to very stiff
-hard above 2'
-firm below 14'
SILTY CLAY, brown, w/ ironstone nodules and iron
seams, soft to firm
SANDY CLAY, light brown, w/ gravel, ironstone
nodules, and iron seams, stiff
-w/ gray above 22'
-hard below 22'
RE
C
%
Pl
a
s
t
i
c
i
t
y
In
d
e
x
Boring No.
Location
Stratum DescriptionDe
p
t
h
,
F
t
.
CMJ
117-24-360
Water Observations
Type
Sa
m
p
l
e
s
LOG OF BORING NO.
B-1
CME-55, w/ CFA609.0
6-19-24
RQ
D
%
Bl
o
w
s
/
F
t
.
o
r
Pe
n
R
e
a
d
i
n
g
,
T.
S
.
F
.
Pa
s
s
i
n
g
N
o
2
0
0
Si
e
v
e
,
%
Li
q
u
i
d
Li
m
i
t
,
%
Pl
a
s
t
i
c
Li
m
i
t
,
%
Mo
i
s
t
u
r
e
Co
n
t
e
n
t
,
%
Un
i
t
D
r
y
W
t
.
Lb
s
.
/
C
u
.
F
t
.
Un
c
o
n
f
i
n
e
d
Co
m
p
r
e
s
s
i
o
n
Po
u
n
d
s
/
S
q
.
F
t
.
Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
Sy
m
b
o
l
PLATE A.4
Pond Investigation
Sanger Sports Park - Sanger, Texas
Seepage at 12' during drilling; water at 12' at completionSee Plate A.1
25.0'
B-1
5
10
15
20
25
ENGINEERING INC.
LO
G
O
F
B
O
R
I
N
G
1
1
7
-
2
4
-
3
6
0
.
G
P
J
C
M
J
.
G
D
T
7
/
2
9
/
2
4
154
Item 3.
40
35
47
27
23
21
31
13
15
20
17
17
16
15
14
17
20
20
12
13
104
4.5+
3.75
4.5+
4.0
3.75
3.0
3.0
1.75
3.5
2.75
4.5+
4.0
50/4.5"
17
14
16
14
601.0
591.0
587.0
582.0
SILTY CLAY, dark brown, w/ ironstone nodules and
iron seams, very stiff to hard
SANDY SILTY CLAY, brown, w/ ironstone nodules
and iron seams, stiff to very stiff
-w/ calcareous nodules below 8'
SILTY CLAY, brown, w/ calcareous nodules,
ironstone nodules and iron seams, stiff to very stiff
SANDY CLAY, light brown, w/ gravel, ironstone
nodules, and iron seams, very stiff to hard
RE
C
%
Pl
a
s
t
i
c
i
t
y
In
d
e
x
Boring No.
Location
Stratum DescriptionDe
p
t
h
,
F
t
.
CMJ
117-24-360
Water Observations
Type
Sa
m
p
l
e
s
LOG OF BORING NO.
B-2
CME-55, w/ CFA607.0
6-19-24
RQ
D
%
Bl
o
w
s
/
F
t
.
o
r
Pe
n
R
e
a
d
i
n
g
,
T.
S
.
F
.
Pa
s
s
i
n
g
N
o
2
0
0
Si
e
v
e
,
%
Li
q
u
i
d
Li
m
i
t
,
%
Pl
a
s
t
i
c
Li
m
i
t
,
%
Mo
i
s
t
u
r
e
Co
n
t
e
n
t
,
%
Un
i
t
D
r
y
W
t
.
Lb
s
.
/
C
u
.
F
t
.
Un
c
o
n
f
i
n
e
d
Co
m
p
r
e
s
s
i
o
n
Po
u
n
d
s
/
S
q
.
F
t
.
Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
Sy
m
b
o
l
PLATE A.5
Pond Investigation
Sanger Sports Park - Sanger, Texas
Seepage at 17' during drilling; water at 12' at completionSee Plate A.1
25.0'
B-2
5
10
15
20
25
ENGINEERING INC.
LO
G
O
F
B
O
R
I
N
G
1
1
7
-
2
4
-
3
6
0
.
G
P
J
C
M
J
.
G
D
T
7
/
2
9
/
2
4
155
Item 3.
46
55
40
28
35
24
19
25
24
24
27
29
21
18
22
23
23
11
95
4.5+
2.5
1.75
2.5
2.25
2.0
2.5
2.5
2.0
2.5
2.0
50/5.125"
97
89
31
18
20
16
601.0
591.0
585.0
582.0
SILTY CLAY, dark brown, w/ ironstone nodules and
iron seams, stiff
-hard above 2'
CLAY / SILTY CLAY, dark brown, w/ ironstone
nodules and iron seams, stiff
-grades brown below 12'
SILTY CLAY, light brown and gray, w/ calcareous
nodules, ironstone nodules, and iron seams, stiff
CLAYEY SAND, tan, w/ gravel and calcareous
nodules, very dense
RE
C
%
Pl
a
s
t
i
c
i
t
y
In
d
e
x
Boring No.
Location
Stratum DescriptionDe
p
t
h
,
F
t
.
CMJ
117-24-360
Water Observations
Type
Sa
m
p
l
e
s
LOG OF BORING NO.
B-3
CME-55, w/ CFA607.0
6-19-24
RQ
D
%
Bl
o
w
s
/
F
t
.
o
r
Pe
n
R
e
a
d
i
n
g
,
T.
S
.
F
.
Pa
s
s
i
n
g
N
o
2
0
0
Si
e
v
e
,
%
Li
q
u
i
d
Li
m
i
t
,
%
Pl
a
s
t
i
c
Li
m
i
t
,
%
Mo
i
s
t
u
r
e
Co
n
t
e
n
t
,
%
Un
i
t
D
r
y
W
t
.
Lb
s
.
/
C
u
.
F
t
.
Un
c
o
n
f
i
n
e
d
Co
m
p
r
e
s
s
i
o
n
Po
u
n
d
s
/
S
q
.
F
t
.
Project No. Project
Completion
Depth
Completion
Date
Surface Elevation
Sy
m
b
o
l
PLATE A.6
Pond Investigation
Sanger Sports Park - Sanger, Texas
Seepage at 12' during drilling; water at 7' at completionSee Plate A.1
25.0'
B-3
5
10
15
20
25
ENGINEERING INC.
LO
G
O
F
B
O
R
I
N
G
1
1
7
-
2
4
-
3
6
0
.
G
P
J
C
M
J
.
G
D
T
7
/
2
9
/
2
4
156
Item 3.
157
Item 3.
158
Item 3.
159
Item 3.
160
Item 3.
161
Item 3.
162
Item 3.
163
Item 3.
164
Item 3.
SAMPLE OF TEXAS SALES TAX EXEMPTION CERTIFICATE
165
Item 3.
166
Item 3.
ADDENDA
167
Item 3.
CONSTRUCTION DOCUMENTS
SEE PLANS (SEPARATE DOCUMENT)
168
Item 3.
PIONEER
PR
A
I
R
I
E
R
D
I
I
N
T
E
R
S
T
A
T
E
H
I
G
H
W
A
Y
3
5
CO
W
L
I
N
G
R
D
SU
L
L
I
V
A
N
R
D
KE
A
T
O
N
R
D
DU
C
K
C
R
E
E
K
R
D
SOUTHSIDE DR
S 5T
H
S
T
FR
E
E
S
E
D
R
ME
S
A
D
R
LYNN
SAND STONE
R
A
I
L
R
O
A
D
A
V
E
N
U
E
RECTOR RD
E WILLOW ST
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
C
O
V
R
-
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
3
A
M
,
U
S
E
R
:
ah
3
8
0
3
PORTER PARK POND REHABILITATION
90% DESIGN SUBMITTAL
CIVIL CONSTRUCTION PLANS
FOR
SHEET INDEX
PROJECT SITE
201 BOLIVAR STREET
SANGER, TX 76266
TEL. (940) 458-2571
www.sangertexas.org
2601 MEACHAM BLVD, SUITE 600
FORT WORTH, TX 76137
TEL. (817) 847-1422
www.halff.com
AVO: 57185.001 DATE: JANUARY, 2025
THE SEAL(S) APPEARING ON THIS CONSTRUCTION SET WERE AUTHORIZED BY:
SAMSON R. LOTIGO (149676),
NAME (NUMBER),
ON 1/23/2025.
ALTERATION OF SEALED DOCUMENTS WITHOUT PROPER NOTIFICATION TO THE
RESPONSIBLE ENGINEER IS AN OFFENSE UNDER THE TEXAS ENGINEERING PRACTICE ACT.
THE RECORD COPY OF THIS DRAWING IS ON FILE AT THE OFFICES OF:
HALFF ASSOCIATES, INC
2601 MEACHAM BLVD, SUITE 600
FORT WORTH, TX 76137
FIRM / BUSINESS NO.: TBPELS FRIM #F-312 STATE: TX
DISCLAIMER:
CITY OF SANGER
MARISSA BARRETT
GARY BILYEU
DENNIS DILLON
ALLEN CHICK
VICTOR GANN
THOMAS MUIR
MAYOR
CITY COUNCIL
CITY MANAGER
01
JOHN NOBLITT
PREPARED BY:OWNER/CLIENT:
THE INFORMATION SHOWN ON THESE DRAWINGS INDICATING SIZE, TYPE AND
LOCATION OF UNDERGROUND, SURFACE, AND AERIAL UTILITIES IS NOT GUARANTEED
TO BE EXACT OR COMPLETE. THE CONTRACTOR SHALL CONTACT THE "TEXAS 811"
SYSTEM AT 1-800-344-8377 (DIG TESS) 48 HOURS PRIOR TO BEGINNING ANY
EXCAVATION FOR EXISTING UTILITY LOCATIONS. THE CONTRACTOR SHALL ALSO BE
FULLY RESPONSIBLE FOR FIELD VERIFYING LOCATIONS AND ELEVATIONS OF ALL
EXISTING UTILITIES AFFECTED BY CONSTRUCTION FOR THIS PROJECT IN ORDER TO
AVOID DAMAGING THOSE UTILITIES, AND SHALL IMMEDIATELY ARRANGE FOR REPAIR
AND RESTORATION OF CONTRACTOR-DAMAGED UTILITIES TO THE UTILITY
COMPANY'S APPROVAL AT THE EXPENSE OF THE CONTRACTOR.Know what'sbelow.
before you dig.Call
R
DIRECTOR OF PUBLIC WORKS
JIM BOLZ
DIRECTOR OF PARKS AND RECREATION
RYAN NOLTING
NOT TO SCALE
LOCATION MAP
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
169
Item 3.
GENERAL NOTES
1.ALL WORK SHALL BE IN ACCORDANCE WITH THE CITY OF SANGER, NORTH CENTRAL TEXAS COUNCIL
OF GOVERNMENTS (NCTCOG), AND TEXAS DEPARTMENT OF TRANSPORTATION (TXDOT) STANDARDS
AND SPECIFICATION WHERE APPLICABLE.
2.IT IS NOT THE INTENT OF THESE CONSTRUCTION NOTES TO COVER ALL DETAILS AND/OR
SPECIFICATION REQUIREMENTS OF THE CITY OF SANGER. IT IS THE CONTRACTOR'S RESPONSIBILITY TO
MEET ALL REQUIREMENTS OF THE CITY OF SANGER, WHETHER OR NOT THE REQUIREMENTS ARE
SPECIFICALLY STATED IN THE PLANS OR SPECIFICATIONS.
3.THE EXISTENCE AND LOCATIONS OF ALL UNDERGROUND UTILITIES SHOWN (MAIN LINES, NO LATERAL
OR SERVICES SHOWN) ON THE DRAWINGS WERE OBTAINED FROM AVAILABLE RECORDS AND OR
FIELD OBSERVATIONS AND ARE APPROXIMATE. NO WARRANTY IS IMPLIED AS TO THE ACTUAL
LOCATION OF EXISTING UTILITIES. NEITHER THE OWNER NOR THE ENGINEER ASSUMES ANY
RESPONSIBILITY FOR UTILITIES NOT SHOWN OR NOT IN THE LOCATION SHOWN. THE CONTRACTOR
SHALL DETERMINE THE DEPTH AND LOCATION OF EXISTING UNDERGROUND UTILITIES PRIOR TO
BEGINNING ANY CONSTRUCTION ACTIVITIES AND SHALL BE REQUIRED TO TAKE ANY PRECAUTIONARY
MEASURES TO PROTECT ALL LINES SHOWN AND / OR ANY OTHER UNDERGROUND UTILITIES NOT OF
RECORD OR NOT SHOWN ON THE PLANS. CONTRACTOR SHALL BE RESPONSIBLE FOR CONTACTING ALL
FRANCHISE AND CITY UTILITIES PRIOR TO CONSTRUCTION. THE ENGINEER SHALL BE INFORMED OF
ANY VARIANCES IN HORIZONTAL LOCATION, VERTICAL LOCATION, SIZE, OR MATERIAL AT PROPOSED
UTILITY CONNECTIONS WITH EXISTING BEFORE CONSTRUCTION ACTIVITIES ARE COMMENCED.
4.ANY CONTRACTOR / SUBCONTRACTOR PERFORMING WORK ON THIS PROJECT SHALL FAMILIARIZE
HIMSELF WITH THE SITE AND SHALL BE SOLELY RESPONSIBLE FOR ANY DAMAGE TO EXISTING
FACILITIES RESULTING DIRECTLY OR INDIRECTLY FROM HIS OPERATIONS. SAID EXISTING
IMPROVEMENTS SHALL INCLUDE BUT NOT BE LIMITED TO BERMS, DITCHES, FENCES, AND
VEGETATION. ANY REMOVAL OR DAMAGE TO EXISTING IMPROVEMENTS OUTSIDE OF THOSE SHOWN
IN THESE PLANS SHALL BE REPLACED OR REPAIRED BY THE CONTRACTOR AT HIS EXPENSE AND SHALL
BE APPROVED BY THE CITY OF SANGER.
5.ALL CONSTRUCTION, TESTING, AND MATERIALS SHALL MEET OR EXCEED ALL REQUIREMENTS OF THE
CITY OF SANGER. ALL SUBMITTALS MUST BE ORIGINALS WITH SIGNATURES WHERE APPLICABLE;
FACSIMILES WILL NOT BE ACCEPTED.
6.TESTING SERVICES FOR PUBLIC PROJECTS SHALL BE PROVIDED BY A REPUTABLE TESTING FIRM. COSTS
ASSOCIATED WITH THESE TESTS SHALL BE PAID BY THE CONTRACTOR. RE-TEST OF FAILED AREAS THAT
DO NOT MEET THE REQUIREMENTS STATED WITHIN SHALL BE PAID FOR BY THE CONTRACTOR.
7.THE CONTRACTOR ON PRIVATE CONTRACTS OR HIS/HER DESIGNEE SHALL BE RESPONSIBLE FOR
FURNISHING AND INSTALLING ALL TEMPORARY AND PERMANENT TRAFFIC CONTROL IN ACCORDANCE
WITH THE MINIMUM REQUIREMENTS OF THE LATEST REVISION OF THE TEXAS MANUAL ON UNIFORM
TRAFFIC CONTROL HANDBOOK. ALL REFERENCE FOR USING TEXAS DEPARTMENT OF
TRANSPORTATION (TXDOT) STANDARDS AND CONSTRUCTION DETAILS SHALL BE THE LATEST
REVISIONS AND/OR AMENDMENTS THEREOF. THE MINIMUM SIGN SIZE SHALL BE THE STANDARD
SIZE IN THE MANUAL.
8.THE CONTRACTOR SHALL MAKE EVERY EFFORT NOT TO IMPEDE TRAFFIC ON EXISTING STREETS,
ALLEYS, OR FIRE LANES OPEN TO THE PUBLIC. IN THE EVENT THE CONSTRUCTION WORK REQUIRES
THE CLOSURE OF AN EXISTING STREET, ALLEY, OR FIRE LANE, THE CONTRACTOR SHALL REQUEST THE
ROAD CLOSURE THROUGH THE CITY NO LATER THAN FIVE (5) DAYS IN ADVANCE. IF THE CLOSURE
ELIMINATES THE SECOND POINT OF ACCESS TO EXISTING BUILDINGS WITH A CERTIFICATE OF
OCCUPANCY, THEN THE ACCESS MAY NOT BE CLOSED FOR MORE THAN FORTY-EIGHT (48) HOURS
AND WILL REQUIRE FIRE MARSHAL APPROVAL IN EITHER CASE. UNLESS OTHERWISE SPECIFIED BY THE
CITY, ALL OTHER STREETS OR ALLEYS MAY NOT BE CLOSED FOR MORE THAN SEVENTY-TWO (72)
HOURS.
9.THE CONTRACTOR SHALL INSTALL 6' TEMPORARY CHAIN LINK FENCE INSTALLED AROUND THE
PROJECT TO PROTECT CONSTRUCTION SITE AND STAGING WHERE NECESSARY.
10.ALL CONCRETE STRUCTURES, WHETHER PRECAST OR CAST-IN-PLACE, SHALL BE DESIGNED WITH
APPROPRIATE SULFATE RESISTANT CEMENT OR EQUIVALENT BASED ON LOCAL SOIL CONDITIONS PER
GEOTECHNICAL REPORT. PRECAST MANHOLES OR OTHER SPECIAL STRUCTURES IN ANY
RIGHT-OF-WAY OR FIRE LANE EASEMENTS WILL REQUIRE A CERTIFICATION FROM THE
MANUFACTURER THAT THE PRODUCT MEETS THE DESIGN CRITERIA AND TWENTY-EIGHT (28) DAY
COMPRESSIVE STRENGTH. CAST-IN-PLACE MANHOLES OR OTHER SPECIAL STRUCTURES IN ANY
RIGHT-OF-WAY AND FIRE LANE OR UTILITY EASEMENTS WILL REQUIRE CYLINDERS TO BE MADE FOR
STRENGTH TESTS BY AN APPROVED LABORATORY. LABORATORY TEST REPORTS SHALL BE SUBMITTED
TO THE DESIGN ENGINEER FOR APPROVAL. SAMPLES FOR STRENGTH TESTS OF EACH CLASS OF
CONCRETE PLACED EACH DAY SHALL BE TAKEN NOT LESS THAN ONCE A DAY, NOR LESS THAN ONCE
FOR EACH 100-150 CU YD OF CONCRETE, NOR LESS THAN ONCE FOR EACH 5000 SQ FT OF SURFACE
AREA FOR SLABS OR WALLS. FOUR (4) CYLINDERS SHALL BE MADE: ONE (1) SHALL BE BROKEN AT
SEVEN (7) DAYS, TWO (2) SHALL BE BROKEN AT TWENTY-EIGHT (28) DAYS, AND ONE (1) SHALL BE
HELD IN CASE OF DAMAGE OF ANY OF THE OTHER THREE (3). THE AVERAGE STRENGTH OF TWO (2)
CYLINDERS FROM THE SAME SAMPLE, TESTED AT TWENTY-EIGHT (28) DAYS, IS REQUIRED FOR EACH
STRENGTH TEST; ANY STRENGTH TEST BEYOND TWENTY-EIGHT (28) DAYS IS UNACCEPTABLE. IF THE
TWENTY-EIGHT (28) DAY DESIGN STRENGTH IS NOT REACHED UPON STRENGTH TESTING THE
CYLINDERS, THE DEFICIENT AREA SHALL BE CORED IMMEDIATELY TO BE PROVED OUT. FOR ANY AREAS
DEFICIENT IN STRENGTH BY NOT MORE THAN 500 PSI, THE CONTRACTOR SHALL PAY TO THE CITY ONE
(1) TIME THE UNIT BID PRICE PER SQUARE YARD FOR THE AREA DETERMINED TO BE DEFICIENT IN
STRENGTH. FOR ANY AREAS DEFICIENT IN STRENGTH BY MORE THAN 500 PSI BUT NOT MORE THAN
1000 PSI, THE CONTRACTOR SHALL PAY TO THE CITY TWO (2) TIMES THE UNIT BID PRICE PER SQUARE
YARD FOR THE AREA DETERMINED TO BE DEFICIENT IN STRENGTH. FOR ANY AREAS DEFICIENT IN
STRENGTH BY MORE THAN 1000 PSI, THE STRUCTURE SHALL BE REMOVED AND RECONSTRUCTED AT
THE FULL EXPENSE OF THE CONTRACTOR. PRIOR TO CITY ACCEPTANCE OF ANY PENALTY PAYMENTS
FOR ANY TRAFFIC BEARING STRUCTURE THAT DOES NOT MEET TWENTY-EIGHT (28) DAY DESIGN
STRENGTH; THE DESIGN ENGINEER SHALL PROVIDE A SEALED STRUCTURAL EVALUATION THAT
ASSESSES THE PERFORMANCE ADEQUACY OF THE DEFICIENT STRUCTURE AS CONSTRUCTED UNDER
THE DESIGN SERVICE LOADS. ALL CORING AND ADDITIONAL LABORATORY TESTING SHALL BE AT THE
EXPENSE OF THE CONTRACTOR.
11.BLASTING IS NOT PERMITTED ON THIS PROJECT.
12.ALL CONSTRUCTION OPERATIONS SHALL BE ACCOMPLISHED IN ACCORDANCE WITH APPLICABLE
REGULATIONS OF THE U.S. OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION.
13.THESE PLANS DO NOT EXTEND TO OR INCLUDE DESIGNS OR SYSTEMS PERTAINING TO THE SAFETY
OF THE CONSTRUCTION CONTRACTOR OR ITS EMPLOYEES, AGENTS OR REPRESENTATIVES IN THE
PERFORMANCE OF THE WORK. THE SEAL OF THE REGISTERED PROFESSIONAL ENGINEER(S) HEREON
DOES NOT EXTEND TO ANY SUCH SAFETY SYSTEMS THAT MAY NOW OR HEREAFTER BE
INCORPORATED IN THE WORK.
14.THE TRENCH EXCAVATION AND SHORING SAFETY SYSTEM, AS OUTLINED IN THE TECHNICAL
SPECIFICATIONS, WILL BE REQUIRED AS A MINIMUM TRENCH SAFETY MEASURE AS REQUIRED BY
OSHA.
15.A PRE-CONSTRUCTION CONFERENCE IS TO BE HELD PRIOR TO BEGINNING CONSTRUCTION. THIS
CONFERENCE SHALL TAKE PLACE AT A LOCATION SELECTED BY OWNER & ENGINEER. CONTRACTOR TO
ARRANGE A MEETING DATE WITH THE OWNER AT LEAST SEVEN DAYS PRIOR TO THE MEETING TIME.
16.CONTRACTOR SHALL NOTIFY THE OWNER, OWNER'S REPRESENTATIVE, AND TCEQ (IF APPLICABLE)
BY TELEPHONE A MINIMUM OF 48 HOURS IN ADVANCE OF CONSTRUCTION STARTUP, FOLLOWED BY
A LETTER OF CONFIRMATION.
17.CONTRACTOR SHALL ASSURE HIMSELF THAT ALL CONSTRUCTION PERMITS HAVE BEEN OBTAINED
PRIOR TO COMMENCEMENT OF WORK. REQUIRED PERMITS THAT CAN ONLY BE ISSUED TO
CONTRACTOR ARE TO BE OBTAINED AT THE CONTRACTORS EXPENSE.
18.CONTRACTOR SHALL GIVE A MINIMUM OF 48 HOURS NOTICE TO ALL AUTHORIZED INSPECTORS,
SUPERINTENDENTS, OR PERSONS IN CHARGE OF PRIVATE AND PUBLIC UTILITIES AFFECTED BY HIS
OPERATIONS PRIOR TO COMMENCEMENT OF WORK.
19.CONTRACTOR SHALL TAKE ALL DUE PRECAUTIONS TO PROTECT EXISTING FACILITIES FROM DAMAGE.
ANY DAMAGE TO EXISTING FACILITIES INCURRED AS A RESULT OF THESE CONSTRUCTION OPERATIONS
ARE TO BE REPAIRED IMMEDIATELY BY THE CONTRACTOR TO AT LEAST THE PRE-EXISTING CONDITION
AT NO ADDITIONAL COST TO OWNER.
20.WHEN UNLOCATED OR INCORRECTLY LOCATED UNDERGROUND PIPING OR A BREAK IN A LINE OR
OTHER UTILITIES AND SERVICES ARE ENCOUNTERED DURING SITE WORK OPERATIONS, THE
CONTRACTOR SHALL NOTIFY THE APPLICABLE UTILITY COMPANY IMMEDIATELY TO OBTAIN
PROCEDURE DIRECTIONS. THE CONTRACTOR SHALL COOPERATE WITH THE APPLICABLE UTILITY
COMPANY IN MAINTAINING ACTIVE SERVICES IN OPERATION.
21.THE CONTRACTOR SHALL MAINTAIN ACCESS TO PUBLIC AND PRIVATE FACILITIES DURING
CONSTRUCTION. CONSTRUCTION ACTIVITIES TO BE COORDINATED WITH THE OWNER.
22.THE CONTRACTOR SHALL COORDINATE INTERRUPTIONS OF ALL UTILITIES AND SERVICES WITH
APPLICABLE UTILITY COMPANY OR COMPANIES. ALL WORK SHALL BE IN ACCORDANCE WITH THE
REQUIREMENTS OF THE APPLICABLE UTILITY COMPANY OR AGENCY INVOLVED.
23.THE CONTRACTOR SHALL LOCATE, PROTECT, AND MAINTAIN BENCHMARKS, MONUMENTS, AND
CONTROL POINTS. THE CONTRACTOR SHALL RE-ESTABLISH DISTURBED OR DESTROYED ITEMS BY A
REGISTERED PUBLIC SURVEYOR IN THE STATE OF TEXAS, AT NO ADDITIONAL COST TO OWNER.
24.EXISTING PAVING, BUILDING, AND OTHER ITEMS SHOWN ON PLANS NOT SPECIFICALLY RELATED TO
THE WORK OF THE CONTRACTOR IS FOR INFORMATION ONLY.
25.DEMOLITION PERMITS (IF NEEDED) ARE TO BE OBTAINED BY THE CONTRACTOR.
26.COORDINATES SHOWN FOR STRUCTURE LOCATIONS ARE REFERENCED TO OUTSIDE FACE OF
EXTERIOR WALL AT GRADE OR TO CENTERLINE OF STRUCTURE, UNLESS OTHERWISE ON PLANS.
27.EXISTING SURFACE AND SUBSURFACE STRUCTURES (GAS MAINS, WATER MAINS, STORM SEWERS,
TELEPHONE CABLES, ETC.) ARE SHOWN ON THE PLANS IF THEIR LOCATION HAS BEEN DETERMINED,
BUT IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO AVOID DAMAGING THESE EXISTING
STRUCTURES WHETHER OR NOT THEY ARE SHOWN ON THE PLANS. THE OWNER AND ENGINEER
ASSUME NO RESPONSIBILITY FOR FAILURE TO SHOW ANY OR ALL OF THESE STRUCTURES ON THE
PLANS OR TO SHOW THEM IN THEIR EXACT LOCATION. IF ANY STRUCTURE IS DAMAGED BY THE
CONTRACTOR, IT SHALL BE HIS RESPONSIBILITY TO REPAIR THE DAMAGE AT HIS OWN EXPENSE AND
RESTORE THE STRUCTURE TO ITS ORIGINAL CONDITION.
28.IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO VERIFY LOCATIONS, ELEVATIONS AND
DIMENSIONS OF ADJACENT AND/OR CONFLICTING UTILITIES IN ADVANCE OF CONSTRUCTION IN
ORDER THAT ADJUSTMENTS CAN BE MADE TO PROVIDE ADEQUATE CLEARANCES, IF REQUIRED. THE
CONTRACTOR SHALL PRESERVE AND PROTECT PUBLIC UTILITIES AT ALL TIMES DURING
CONSTRUCTION. ANY DAMAGE TO UTILITIES RESULTING FROM THE CONTRACTOR'S OPERATIONS
SHALL BE RESTORED AT HIS EXPENSE. THE ENGINEER SHALL BE NOTIFIED WHEN PROPOSED FACILITY
GRADES CONFLICT WITH EXISTING UTILITY GRADES.
29.THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING "AS-RECORDED" PLANS TO THE
ENGINEER OF RECORD SHOWING THE LOCATION OF ALL DRAINAGE STRUCTURES. THIS INFORMATION
SHALL BE PLACED ON THE ENGINEERING PLANS AND MARKED "RECORD DRAWING" PLANS ALONG
WITH THE DATE AND THE NAME OF THE CONTRACTOR BY THE ENGINEER OF RECORD. COPIES OF
THESE "RECORD DRAWING" PLANS SHALL BE FURNISHED TO THE CITY ON MYLARS, BLACKLINE PRINTS,
AND ELECTRONICALLY.
30.THE CONTRACTOR SHALL FURNISH A MAINTENANCE BOND IN THE AMOUNT OF 100% (ONE
HUNDRED PERCENT) OF THE TOTAL CONTRACT PRICE TO THE CITY TO RUN TWO (2) YEARS FROM THE
DATE OF FINAL ACCEPTANCE OF THE PROJECT BY THE CITY.
31.CONTRACTOR IS RESPONSIBLE FOR PICKING UP ALL DEBRIS / TRASH FROM CONSTRUCTION SITE
DAILY.
32.CONTRACTOR SHALL FAMILIARIZE THEMSELVES WITH THE INFORMATION CONTAINED IN THE
PROJECTS GEOTECHNICAL REPORT TITLED “CMJ REPORT 117-24-360 - POND INVESTIGATION - SANGER
SPORTS PARK - SANGER, TEXAS" DATED JULY 2024 AND PREPARED BY CMJ ENGINEERING, INC. NO
EXTRA PAY SHALL BE MADE FOR DELAYS OR COST INCURED AS A RESULT OF, BUT NOT LIMITED TO,
DEWATERING ACTIVITIES OR UNANTICIPATED SOIL CONDITIONS DURING EARTHWORK ACTIVITIES.
33.ALL VERTICAL REBAR EXPOSED FOR LONGER THAN 1 DAY SHALL HAVE AN ORANGE PROTECTIVE CAP
FASTENED TO THE TOP. THIS PROTECTION MEASURE SHALL APPLY FOR ALL EXPOSED REBAR ON THE
PROJECT REGARDLESS OF WHETHER IT IS RELATED TO CONSTRUCTION, STAKING, EROSION CONTROL,
OR ANY OTHER ASPECT OF THE PROJECT.
CONSTRUCTION SEQUENCING NOTES
1.THE COMMENCEMENT OF WORK SHALL FOLLOW THE FOLLOWING ORDER:
a.ACQUIRE ALL PERMITS
b.IMPLEMENT SWPPP
c.CONDUCT AQUATIC RELOCATION ACTIVITIES
d.SECURE ENTIRE SITE WITH SECURITY FENCING
e.LOCATE ALL EXISTING UTILITIES ON THE ENTIRE SITE
2.EQUIPMENT AND MATERIALS (WASTE AND/OR UNINSTALLED PRODUCT) SHALL BE STORED WITHIN
THE WORK SITE AND SHALL NOT BE VISIBLE BY THE GENERAL PUBLIC FROM OUTSIDE OF THE
WORKSITE. IF MATERIAL AND EQUIPMENT CANNOT BE STORED OUT OF SIGHT THEN THE
CONTRACTOR SHALL COORDINATE WITH THE CITY TO DETERMINE ACCEPTABLE STORAGE.
GENERAL ENVIRONMENTAL NOTES
1.CONTRACTOR SHALL COMPLY WITH ALL APPLICABLE LOCAL, STATE, AND FEDERAL REQUIREMENTS
REGARDING EXCESS AND WASTE MATERIAL, INCLUDING METHODS OF HANDLING AND DISPOSAL.
2.CONTRACTOR SHALL LOCATE MATERIAL STORAGE AREAS AWAY FROM STORMWATER CONVEYANCE
SYSTEMS. PROVIDE PROTECTED STORAGE AREAS FOR CHEMICALS, PAINTS, SOLVENTS, FERTILIZERS,
AND OTHER POTENTIALLY TOXIC MATERIALS.
3.FUEL STORAGE IS NOT ALLOWED ON THIS PROJECT.
4.THE CONTRACTOR SHALL ADVISE OWNER IMMEDIATELY, VERBALLY AND IN WRITING, OF ANY FUEL
OR TOXIC MATERIALS SPILLS WITHIN THE PROJECT/CONSTRUCTION AREA AND THE ACTIONS TO BE
TAKEN TO REMEDY THE PROBLEM.
5.THE CONTRACTOR SHALL DISPOSE OF FUELS, HAZARDOUS MATERIALS, AND CONTAMINATED
EXCAVATIONS IN A LEGALLY APPROVED MANNER.
6.NO OPEN BURNING IS ALLOWED WITHIN THE CITY LIMITS.
7.DEWATERING ACTIVITIES SHALL COMPLY WITH ALL APPLICABLE LAWS AND REGULATIONS.
STORMWATER NOTES
1.THROUGHOUT THE CONSTRUCTION, AND AT THE COMPLETION OF CONSTRUCTION, THE
CONTRACTOR SHALL ASSURE THAT DRAINAGE OF STORMWATER RUNOFF IS NOT BLOCKED.
2.DURING CONSTRUCTION, THE STORM WATER RUNOFF FROM ALL DISTURBED AREAS SHALL BE
FILTERED BY SILT FENCES AND/OR ROCK BERMS. THESE TEMPORARY EROSION AND SEDIMENTATION
CONTROLS ARE TO REMAIN IN PLACE UNTIL THE DISTURBED AREAS ARE REVEGETATED, AND THE
AREAS HAVE BECOME PERMANENTLY STABILIZED. ALL TEMPORARY EROSION AND SEDIMENTATION
CONTROLS SHALL BE INSPECTED PERIODICALLY FOR DAMAGE CAUSED BY CONSTRUCTION ACTIVITIES
AND FOLLOWING EVERY RAINFALL. DAMAGED OR OBSTRUCTED CONTROLS TO BE
REPAIRED/REPLACED AS NECESSARY TO MAINTAIN THEIR PROPER OPERATION.
3.CONTRACTOR IS REQUIRED TO OBTAIN A TPDES TXR150000 PERMIT FROM THE TEXAS COMMISION
ON ENVIRONMENTAL QUALITY (TCEQ) FOR SMALL CONSTRUCTION ACTIVITIES. THE CONTRACTOR IS
REQUIRED TO PROVIDE THE NECESSAY SWPPP IN ACCORDANCE WITH THE PERMIT. TOTAL DISTURBED
AREA = 3.24 ACRES.
SITE GRADING NOTES
1.THE CONTRACTOR SHALL CONTROL DUST CAUSED BY THE WORK AND COMPLY WITH POLLUTION
CONTROL REGULATIONS OF GOVERNING AUTHORITIES.
2.EXCESS EXCAVATED MATERIAL SHALL BE STOCKPILED IN DESIGNATED AREA AS SHOWN ON PLANS OR
AS DIRECTED BY THE OWNER. REINFORCED FILTER FABRIC FENCE TO BE INSTALLED AROUND
STOCKPILE ON DOWNSTREAM SIDE AND BOTH SIDES ADJACENT TO THE DOWNSTREAM SIDE.
STOCKPILES ARE NOT TO TRAP OR POND WATER. TOPSOIL TO BE STOCKPILED SEPARATELY. ALL
EXCESS EXCAVATED MATERIAL IS TO BE REMOVED FROM THE SITE, CONTRACTOR TO NOTIFY TCEQ
AND THE OWNER'S REPRESENTATIVE OF LOCATION OF DISPOSAL BEFORE MATERIAL IS REMOVED.
3.THE FINISHED GRADE ELEVATIONS SHOWN ARE INTENDED TO PROVIDE ADEQUATE DRAINAGE.
MINOR FIELD CHANGES MAY BE NECESSARY TO PROVIDE ADEQUATE DRAINAGE. GRADE UNIFORMLY
BETWEEN ELEVATIONS SHOWN TO PROVIDE DRAINAGE.
4.ADJUST MANHOLE COVERS, VALVE BOXES, ELECTRICAL MANHOLES, ETC. TO MATCH PROPOSED
FINISHED GRADE (NO SEPARATE PAY).
5.THE DESIGN OF DEWATERING SYSTEMS REQUIRED FOR PROPER CONSTRUCTION ARE THE SOLE
RESPONSIBILTY OF THE CONTRACTOR.
6.SUBGRADE SHOULD BE FIRM AND ABLE TO SUPPORT THE CONSTRUCTION EQUIPMENT WITHOUT
DISPLACMENT. SOFT OR YIELDING SUBGRADE SHOULD BE CORRECTED AND MADE STABLE BEFORE
CONSTRUCTION PROCEEDS. THE SUBGRADE SHOULD BE PROOF ROLLED TO DETECT SOFT SPOTS,
WHICH IF EXIST, SHOULD BE REWORKED TO PROVIDE A FIRM AND OTHERWISE SUITABLE SUBGRADE.
PROOF ROOLING SHOULD BE PERFORMED USING A HEAVY PNEUMATIC TIRED ROLLER, LOADED DUMP
TRUCK, OR SIMILAR PIECE OF EQUIPMENT.
7.FOR SUBGRADE PREPARATION, STRIP THE SITE OF ALL VEGETATION TO A MINIMUM DEPTH OF
6-INCHES BELOW EXISTING GRADE AND REMOVE ANY REMAINING ORGANIC OR DELETERIOUS
MATERIAL.
8.FILL MATERIAL SHOULD BE UNIFORM WITH RESPECT TO MATERIAL TYPE AND MOISTURE CONTENT.
CLODS AND CHUNKS OF MATERIAL SHOULD BE BROKEN DOWN AND THE FILL MATERIAL MIXED BY
DISKING, BLADING, OR PLOWING, AS NECESSARY SO THAT A MATERIAL OF UNIFORM MOSITURE AND
DENSITY IS OBTAINED FOR EACH LIFT. WATER REQUIRED FOR SPRINKING TO BRING THE FILL
MATERIAL TO THE PROPER MOISTURE CONTENT SHOULD BE APPLIED EVENLY THROUGH EACH LAYER.
9.IF FILL IS TO BE PLACED ON EXISTING SLOPES THAT ARE STEEPER THAN 5 HORIZONTAL TO 1 VERTICAL,
THEN THE FILL MATERIALS SHOULD BE BENCHED IN THE EXISTING SLOPES IN SUCH A MANNER AS TO
PROVIDE A GOOD CONTACT BETWEEN THE TWO MATERIALS AND ALLOW RELATIVELY HORIZONTAL
LIFT PLACEMENT.
10.EACH LIFT SHOULD BE COMPACTED, TESTED, AND APPROVED BEFORE ANOTHER LIFT IS ADDED.
EROSION/SEDIMENTATION AND TREE PROTECTION NOTES
1.THE CONTRACTOR TO INSTALL AND MAINTAIN EROSION/SEDIMENTATION CONTROLS AND
TREE/NATURAL AREA PROTECTIVE FENCING PRIOR TO ANY SITE PREPARATION WORK (CLEARING,
GRUBBING, GRADING, OR EXCAVATION). CONTRACTOR TO REMOVE EROSION/SEDIMENTATION
CONTROLS AT THE COMPLETION OF PROJECT AND GRASS RESTORATION.
2.THE PLACEMENT OF EROSION/SEDIMENTATION CONTROLS TO BE IN ACCORDANCE WITH THE
PROPOSED EROSION CONTROL PLANS. DEVIATIONS FROM THE PLAN MUST BE SUBMITTED TO AND
APPROVED BY THE OWNER.
3.EROSION AND SEDIMENTATION CONTROLS TO BE INSTALLED OR MAINTAINED IN A MANNER WHICH
DOES NOT RESULT IN SOIL BUILDUP WITHIN TREE DRIPLINES.
4.TO AVOID SOIL COMPACTION, NO VEHICULAR TRAFFIC, PARKING, OR STORAGE OF EQUIPMENT OR
MATERIALS IS ALLOWED IN THE TREE DRIPLINE AREAS.
5.TREES TO BE REMOVED IN A MANNER WHICH DOES NOT IMPACT TREES TO BE PRESERVED.
6.INTENTIONAL RELEASE OF VEHICLE OR EQUIPMENT FLUIDS ONTO THE GROUND IS NOT ALLOWED.
CONTAMINATED SOIL RESULTING FROM ACCIDENTAL SPILL TO BE REMOVED AND DISPOSED OF
PROPERLY.
DETOURS, BARRICADES, WARNING SIGNS, ETC.
1.TRAFFIC MUST BE HANDLED THROUGHOUT THE PROJECT DURING CONSTRUCTION. IT SHALL BE THE
RESPONSIBILITY OF THE CONTRACTOR TO PROVIDE FOR THE SAFE AND COMFORTABLE PASSAGE OF
TRAFFIC WITH MINIMAL INCONVENIENCE TO THE PUBLIC AT ALL TIMES. TRAFFIC LANES SHALL BE
ENTIRELY OPEN TO TRAFFIC EACH NIGHT AND NO EQUIPMENT SHALL BE LEFT IN A POSITION
OVERNIGHT THAT WILL ENDANGER TRAFFIC.
2.A FLAGGER SHALL BE STATIONED WHERE ANY EQUIPMENT IS WORKING ON THE ROAD OR WHERE
ANY OTHER HAZARDS DUE TO CONSTRUCTION OPERATIONS EXIST OR AS DIRECTED BY THE ENGINEER.
3.THE CONTRACTOR SHALL MAINTAIN ACCESS TO ALL ADJACENT PROPERTIES THROUGHOUT ALL
PHASES OF CONSTRUCTION. ADEQUACY OF ACCESS WILL BE AT THE DISCRETION OF THE ENGINEER.
SAFE ENTRANCE AND EXIT TO ALL DRIVEWAYS SHALL BE PROVIDED WITH A MINIMUM OF
INCONVENIENCE.
4.THE CONTRACTOR SHALL NOT STORE ANY CONSTRUCTION MATERIAL OR EQUIPMENT AT ANY
LOCATION THAT WILL CONSTITUTE A HAZARD AND WILL ENDANGER TRAFFIC.
5.THE CONTRACTOR SHALL NOTIFY THE OWNER OF IMPENDING/UPCOMING LANE CLOSURES A
MINIMUM OF FIVE WORKING DAYS IN ADVANCE OF LANE CLOSURES.
6.FOR THIS PROJECT, UNLESS OTHERWISE NOTED IN THE PLANS AND/OR AS DIRECTED BY THE
ENGINEER, NO LANE CLOSURES SHALL BE ALLOWED OTHER THAN THOSE IN THE TRAFFIC CONTROL
PLAN.
7.THE CONTRACTOR MAY PROPOSE/RECOMMEND MODIFICATIONS TO THE SEQUENCE OF WORK FOR
CONSIDERATION BY THE ENGINEER. ANY MAJOR RECOMMENDED MODIFICATION BY THE
CONTRACTOR SHALL INCLUDE ANY CHANGES TO THE VARIOUS PAY ITEMS, IMPACT TO TRAFFIC,
EFFECT OF OVERALL PROJECT IN TIME AND COST, ETC. THE CONTRACTOR SHALL NOT PROCEED WITH
ANY CONSTRUCTION OPERATIONS BASED ON A REVISED PHASE/SEQUENCE UNTIL HE/SHE OBTAINS
WRITTEN APPROVAL FROM THE ENGINEER. IF AT ANY TIME DURING CONSTRUCTION THE
CONTRACTOR'S PROPOSED PLAN OF OPERATION FOR HANDLING TRAFFIC DOES NOT PROVIDE SAFE
AND COMFORTABLE MOVEMENT, THE CONTRACTOR SHALL IMMEDIATELY CHANGE HIS OPERATION
TO CORRECT THE UNSATISFACTORY CONDITION.
8.THE CONTRACTOR SHALL INSTALL AND MAINTAIN AN ADEQUATE NUMBER OF BARRICADES,
WARNING AND DIRECTIONAL SIGNS TO DELINEATE TRAFFIC FOR ANY DETOURS.
9.ALL CONSTRUCTION TRAFFIC SHALL BE REGULATED SO AS TO CAUSE A MINIMUM OF INCONVENIENCE
TO THE TRAVELING PUBLIC. AT POINTS WHERE IT IS NECESSARY FOR TRUCKS TO STOP AND UNLOAD,
WARNING SIGNS AND FLAGGERS SHALL BE PROVIDED AS NECESSARY TO ADEQUATELY PROTECT
TRAVEL.
10.ALL BARRICADES, SIGNS, WARNING LIGHTS, ETC. SHALL BE ACCORDING TO THE TEXAS MANUAL OF
UNIFORM TRAFFIC CONTROL DEVICES.
11.THE CONTRACTOR MAY, WITH THE APPROVAL OF AND AS DIRECTED BY THE ENGINEER, BE
REQUIRED TO FURNISH ADDITIONAL SIGNS AND BARRICADES TO THOSE INDICATED ON THE PLANS TO
MAINTAIN THE SAFE PASSAGE OF TRAFFIC THROUGHOUT THE CONSTRUCTION SITE PARTICULARLY IN
THOSE AREAS OF IMMEDIATE WORK.
12.UPON COMPLETION OF THE WORK AND BEFORE FINAL ACCEPTANCE IS MADE, THE CONTRACTOR
SHALL SHAPE AND FINISH SUCH PORTIONS OF THE RIGHT-OF-WAY AS MAY HAVE BEEN DISTURBED IN
MAKING THE ABOVE PROVISIONS FOR TRAFFIC AND WILL BE REQUIRED TO LEAVE THE ENTIRE
RIGHT-OF-WAY IN A SMOOTH, NEAT AND SIGHTLY CONDITION.
13.CONTRACTOR SHALL HAVE A COMPANY REPRESENTATIVE CERTIFIED IN FLAGGER TRAINING
APPROVED BY TXDOT
14.THE CONTRACTOR IS FULLY RESPONSIBLE FOR THE TRAFFIC CONTROL AND WILL BE RESPONSIBLE
FOR FURNISHING ALL TRAFFIC CONTROL DEVICES AND FLAGGERS. THE CONSTRUCTION METHODS
SHALL BE CONDUCTED TO PROVIDE THE LEAST POSSIBLE INTERFERENCE TO TRAFFIC SO AS TO PERMIT
THE CONTINUOUS MOVEMENT OF TRAFFIC IN ALL ALLOWABLE DIRECTIONS AT ALL TIMES.
15.THE CONTRACTOR SHALL PROVIDE FOR THE PASSAGE OF TRAFFIC THROUGH THE PROJECT WITH
SIGNS, LIGHTS AND BARRICADES IN ACCORDANCE WITH THE TEXAS MANUAL ON UNIFORM TRAFFIC
CONTROL DEVICES AS REQUIRED FOR MAINTENANCE ACTIVITIES AND TO THE SATISFACTION OF THE
ENGINEER.
16.LANE CLOSURES WILL NOT BE ALLOWED UNLESS PRIOR APPROVAL IS GIVEN BY THE ENGINEER. IF
LANE CLOSURES ARE APPROVED, IT IS THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE OWNER
FIVE (5) DAYS IN ADVANCE OF THE CLOSURE. TCP'S SHALL CONFORM TO TXDOT STANDARDS.
17.THE CONTRACTOR SHALL NOT IMPACT EXISTING PEDESTRIAN FACILITIES OR CIRCULATION OUTSIDE
OF THE PROJECT AREA. THE CONTRACTOR SHALL PROVIDE PROTECTIVE FENCING AROUND THE
PROJECT AREA AT THE CONTRACTORS EXPENSE IF DESIRED BY THE CITY. THE CONTRACTOR SHALL BE
RESPONSIBLE FOR THE SAFETY OF THE PUBLIC ADJACENT TO THE PROJECT AREA.
OFPAGE NUMBER
01/23/2025
N/A
02
02 19
SRL
SRL
JTH
GENERAL NOTES
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
G
N
T
S
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
3
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
170
Item 3.
EVLTEVLT
EVLTLP
LP
SGN
SGN
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREETREE
TREETREE
TREE
TREE
TREE
TREETREE
TREE
EVLTLP
EVLT
TREE
EVLTLP
SGN
SGN
SGN
TREE
SGN
TREETREE
TREE
LP
TREE
TREE
SGN
SGN
LP
SGN
TREE
BENCH
BENCH
600
6
0
0
6
0
0
6
0
0
60
5
605
6
0
5
6
0
5
6
0
5
605
610
610
6
1
0
6
1
0
610
59
7
59
7
59
8
59
8
599
5
9
9
59
9
59
9
601
6
0
1
6
0
1
6
0
1
6
0
2
6
0
2
602
6
0
2
6
0
3
6
0
3
6
0
3
603
604
604
6
0
4
6
0
4
6
0
4
604
60
6
606
6
0
6
6
0
6
6
0
6
606
6
0
7
607
6
0
7
6
0
7
6
0
7
607
608
6
0
8
608
6
0
8
6
0
8
609
609
609
6
0
9
6
0
9
610
609
608
607
606
605
604
603
6
1
0
6
0
9
6
0
8
6
0
7
6
0
6
60
5
60
4
6
0
3
6
1
0
6
0
9
6
0
8
60
8
60
7
60
6
60
5 60
4 60
3
601 600
599
598
597
59
7
59
8
59
9
60
0
60
1
60
2
60
3 60
4
60
6
60
7
609
608
607 606 605
604 603
602
601
602
603
604
605
606
607
608
100
SXTP
610.13
300
SXTP
610.32
102
XBOX
606.39
101
SXTP
610.17
PORTER PARK POND
SURVEY CONTROL POINTS
POINT NO.
100
101
102
300
NORTHING
7173972.40
7173522.34
7173590.96
7173767.51
EASTING
2370605.08
2371061.84
2371339.24
2371296.48
ELEVATION
610.13
610.17
606.39
610.32
DESCRIPTION
SET "X" TRAVERSE POINT
SET "X" TP
SET "X" W/BOX CUT
SET "X" TRAVERSE POINT
0
SCALE IN FEET
20 40 80
OFPAGE NUMBER
01/23/2025
1" = 40'
03
03 19
SRL
SRL
JTH
PROJECT LAYOUT
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
P
R
O
J
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
9
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
LEGEND:
1.BASIS OF BEARING IS THE TEXAS COORDINATE
SYSTEM NORTH CENTRAL ZONE (4202), NORTH
AMERICAN DATUM OF 1983 (NAD83). DISTANCES
SHOWN ARE US SURVEY FEET DISPLAYED IN
SURFACE VALUES WITH A SCALE FACTOR OF 1.00015.
NOTES:
CONTROL POINT NO.
101
SURVEY DATA
171
Item 3.
STOCKPILE/
STAGING AREA
INSTALL STABILIZED
CONSTRUCTION ENTRANCE
INSTALL STABILIZED
CONSTRUCTION ENTRANCE
(SEE NOTE 1)
TEMPORARY PARK SECURITY FENCE
WITH GREEN PRIVACY SCREENING
PORTER PARK
POND
TRAIL
CLOSED
TRAIL
CLOSED
INSTALL CONSTRUCTION
PROTECTION MAT (SEE NOTE 1)
INSTALL CONSTRUCTION
PROTECTION MAT (SEE NOTE 1)
TRAIL
CLOSED
0
SCALE IN FEET
25 50 100
OFPAGE NUMBER
01/23/2025
1" = 50'
04
04 19
SRL
SRL
JTH
ACCESS AND STAGING PLAN
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
A
C
C
S
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
3
6
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
LEGEND:
STABILIZED
CONSTRUCTION
ENTRANCE
STOCKPILE/STAGING
AREA
TEMPORARY PARK
SECURITY FENCING
ACCESS ROUTES
NOTES:
1.THE CONTRACTOR SHALL ENDEAVOR TO PROTECT
EXISTING SECTIONS OF CONCRETE TRAIL THAT
MUST BE CROSSED TO ACCESS PROJECT SITE. IF
DAMAGES TO THE EXISTING CONCRETE TRAIL
OCCUR DURING THE COURSE OF CONSTRUCTION
WORK THEN THE CONTRACTOR SHALL BE
RESPONSIBLE FOR THE REMOVAL AND
REPLACEMENT OF THE DAMAGED TRAIL SECTION AT
THEIR OWN EXPENSE.
TRAFFIC SIGN
CONSTRUCTION
PROTECTION MAT
172
Item 3.
SXTP
EVLTEVLT
EVLT
LP
LP
SGN
SGN
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
EVLT
LP
EVLT
TREE
SGN
SGN
TREE
SGN
TREE TREE
TREE
LP
TREE
TREE
SGN
SGN
LP
SGN
TREE
BENCH
XBOX
600
60
0
6
0
0
6
0
0
60
5
605
6
0
5
6
0
5
6
0
5
605
610
610
6
1
0
6
1
0
610
59
7
59
7
59
8
59
8
599
5
9
9
59
9
59
9
601
60
1
6
0
1
6
0
1
6
0
2
6
0
2
602
6
0
2
6
0
3
6
0
3
6
0
3
603
604
604
6
0
4
6
0
4
6
0
4
604
60
6
606
6
0
6
6
0
6
6
0
6
606
6
0
7
607
6
0
7
6
0
7
6
0
7
607
608
6
0
8
608
6
0
8
6
0
8
609
609
609
6
0
9
6
0
9
SXTP
610
609
608
607
606
605
604
603
6
1
0
6
0
9
6
0
8
6
0
7
6
0
6
60
5
60
4
6
0
3
6
1
0
6
0
9
6
0
8
60
8
60
7
60
6
60
5 60
4 60
3
601 600
599
598
597
59
7
59
8
59
9
60
0
60
1
60
2
60
3 60
4
60
6
60
7
609
608
607
606 605
604
603
602
601
602
603
604
605
606
607
608
PORTER PARK POND
WSEL = 606.36'
R2
1
'
R8
1
.
6
'
R1
0
0
'
R1
2
0
'
R1
0
0
'
R1
0
0
'
R55.5'
R1
2
5
'
R17'
R2
5
0
'
R1
0
0
'
R120'
R
1
1
0
'
R100'
1 2
3
5
6
7
8
9
10
1112
13
15
17 18
23
24
25
27
28
29
30
32
33
34
35
3637
38
39
40
41
PROPOSED SD "A"
EXISTING POND FOUNTAIN
TO REMAIN IN PLACE
14
16
19
22
21
20
26
31
4
R
3
2
'
R18
'
R2
4
'
R8'
R23'
R100
'
DIMENSION CONTROL POINTS
POINT NO.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
NORTHING
7173774.82
7173777.89
7173740.10
7173680.87
7173631.73
7173637.42
7173632.76
7173694.51
7173694.59
7173703.30
7173724.13
7173724.13
7173752.20
7173758.45
7173761.43
7173704.74
7173758.17
7173755.01
7173737.82
7173735.69
7173731.80
EASTING
2370745.79
2370787.57
2370793.11
2370808.07
2370887.50
2370990.76
2371031.10
2371207.47
2371207.36
2371193.48
2371071.46
2371071.46
2371059.55
2371074.06
2371095.50
2371308.78
2371164.17
2371226.97
2371278.20
2371285.68
2371290.82
ELEVATION
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
DIMENSION CONTROL POINTS
POINT NO.
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
NORTHING
7173723.69
7173704.71
7173694.27
7173653.95
7173616.84
7173607.70
7173600.65
7173560.41
7173556.34
7173549.34
7173516.85
7173479.98
7173538.10
7173560.95
7173575.21
7173578.36
7173606.14
7173684.94
7173728.91
7173748.30
EASTING
2371294.76
2371308.75
2371314.76
2371329.01
2371335.03
2371339.31
2371322.19
2371324.64
2371339.66
2371334.46
2371319.52
2371142.18
2371081.30
2371042.92
2370998.65
2370986.21
2370836.35
2370756.50
2370747.75
2370745.83
ELEVATION
606.36
606.35
606.36
606.36
606.36
606.36
603.42
604.16
606.40
606.35
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
606.36
0
SCALE IN FEET
15 30 60
OFPAGE NUMBER
01/23/2025
1" = 30'
05
05 19
SRL
SRL
JTH
DIMENSION CONTROL PLAN
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
D
I
M
S
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
4
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
LEGEND:
NORMAL POOL
SURVEY DATA
POINT NUMBER
7
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
173
Item 3.
SXTP
EVLTEVLT
EVLT
LP
LP
SGN
SGN
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
EVLT
LP
EVLT
TREE
EVLT
LP
SGN
SGN
SGN
TREE
SGN
TREE TREE
TREE
LP
TREE
TREE
SGN
SGN
LP
SGN
TREE
BENCH
BENCH
XBOX
600
6
0
0
6
0
0
6
0
0
60
5
605
6
0
5
6
0
5
6
0
5
605
610
610
6
1
0
6
1
0
610
59
7
59
7
59
8
59
8
599
5
9
9
59
9
59
9
601
6
0
1
6
0
1
6
0
1
6
0
2
6
0
2
602
6
0
2
6
0
3
6
0
3
6
0
3
603
604
604
6
0
4
6
0
4
6
0
4
604
60
6
606
6
0
6
6
0
6
6
0
6
606
6
0
7
607
6
0
7
6
0
7
6
0
7
607
608
6
0
8
608
6
0
8
6
0
8
609
609
609
6
0
9
6
0
9
SXTP
610
609
608
607
606
605
604
603
6
1
0
6
0
9
6
0
8
6
0
7
6
0
6
60
5
60
4
6
0
3
6
1
0
6
0
9
6
0
8
60
8
60
7
60
6
60
5 60
4 60
3
60
1
600
599
598
597
59
7
59
8
59
9
60
0
60
1
60
2
60
3 60
4
60
6
60
7
609
608
607
606
605
604
603
602
601
602
603
604
605
606
607
608
PORTER PARK POND
WSEL = 606.36'
EXISTING FLOATING DOCK TO BE SALVAGED
REFURNISHED WITH TREX (OR
APPROVED EQUAL) DECKING
MATERIAL, AND RESET
REMOVE AND REPLACE
HEADWALL
HEADWALL TO REMAIN AND
BE PROTECTED IN PLACE
REMOVE 48 LF
OF 24" HDPE PIPE
REMOVE, SALVAGE AND REINSTALL
POND FOUNTAIN, CONTROLLER, AND
PUMP
IRRIGATION WET WELL FLUME
PIPES TO REMAIN
CONCRETE OVERFLOW
WEIR TO REMAIN
REMOVE AND REINSTALL
SIGN
REMOVE AND REINSTALL
SIGN (3)
REMOVE AND REINSTALL
SIGN
REMOVE 8 SY RIPRAP REMOVE 11 SY RIPRAP
INSTALL 2,406 LF TEMPORARY
PARK SECURITY FENCE WITH
GREEN PRIVACY SCREENING
REMOVE AND REPLACE 29 LF
OF 18" HDPE PIPE WITH WATER
TIGHT JOINTS
LIGHT POLE AND ELECTRIC FACILITIES TO
REMAIN AND BE PROTECTED IN PLACE
LIGHT POLE AND ELECTRIC FACILITIES TO
REMAIN AND BE PROTECTED IN PLACE
EXISTING SIGNS TO
REMAIN IN PLACE (2)
REMOVE, SALVAGE AND REINSTALL
2'X2'X2' LAKE SCREEN AROUND FLUME
PIPE ALONG WITH STAKED SAKRETE
CONCRETE BAGS PLATFORM
!!!WARNING!!
UNDERGROUND
ELECTRIC
0
SCALE IN FEET
15 30 60
OFPAGE NUMBER
01/23/2025
1" = 30'
06
06 19
SRL
SRL
JTH
DEMOLITION PLAN
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
D
E
M
O
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
4
1
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
LEGEND:
STORM DRAIN/HEADWALL
REMOVAL
RIPRAP REMOVAL
FEATURE TO BE REMOVED
OR RELOCATED
SURVEY DATA
NORMAL POOL
TEMPORARY PARK
SECURITY FENCING
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
174
Item 3.
SXTP
EVLTEVLT
EVLT
LP
LP
SGN
SGN
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
EVLT
LP
EVLT
TREE
EVLT
LP
SGN
SGN
SGN
TREE
SGN
TREE TREE
TREE
LP
TREE
TREE
SGN
SGN
LP
SGN
TREE
BENCH
BENCH
XBOX
600
6
0
0
6
0
0
6
0
0
60
5
605
6
0
5
6
0
5
6
0
5
605
610
610
6
1
0
6
1
0
610
59
7
59
7
59
8
59
8
599
5
9
9
59
9
59
9
601
6
0
1
6
0
1
6
0
1
6
0
2
6
0
2
602
6
0
2
6
0
3
6
0
3
6
0
3
603
604
604
6
0
4
6
0
4
6
0
4
604
60
6
606
6
0
6
6
0
6
6
0
6
606
6
0
7
607
6
0
7
6
0
7
6
0
7
607
608
6
0
8
608
6
0
8
6
0
8
609
609
609
6
0
9
6
0
9
SXTP
610
609
608
607
606
605
604
603
6
1
0
6
0
9
6
0
8
6
0
7
6
0
6
60
5
60
4
6
0
3
6
1
0
6
0
9
6
0
8
60
8
60
7
60
6
60
5 60
4 60
3
601 600
599
598
597
59
7
59
8
59
9
60
0
60
1
60
2
60
3 60
4
60
6
60
7
609
608
607
606 605
604
603
602
601
602
603
604
605
606
607
608
S
F
S
FSF
PORTER PARK POND
WSEL = 606.36'
INSTALL 7,473 SY HYDROMULCH SEEDING
WITH EROSION CONTROL BLANKETINSTALL 83 SY CONCRETE
RIPRAP
INSTALL 16 SY CONCRETE
RIPRAP
INSTALL 54 SY CONCRETE
RIPRAP
INSTALL TREE
PROTECTION
INSTALL TREE
PROTECTION
INSTALL TREE
PROTECTION
PROPOSED POND
FOUNTAIN
PROPOSED SD "A"
INSTALL 341 LF SILT FENCE 0
SCALE IN FEET
15 30 60
OFPAGE NUMBER
01/23/2025
1" = 30'
07
07 19
SRL
SRL
JTH
EROSION CONTROL PLAN
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
E
R
C
N
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
5
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
LEGEND:
1.PROPOSED HYDROMULCH SEEDING WITH SOIL
RETENTION BLANKET SHOWN ON THIS SHEET
INCLUDES AREAS BEYOND THE PROJECT LIMITS
THAT ARE GRADED AS REQUIRED BY THE GRADING
SHEET. AREAS DISTURBED OUTSIDE THE LIMITS
SHOWN ON THE PLANS SHALL BE THE
RESPONSIBILITY OF THE CONTRACTOR.
2.VEGETATION RE-ESTABLISHMENT ASSOCIATED
WITH DAMAGE FROM ACCESS SHALL BE
INCIDENTAL TO THE PROJECT BID ITEMS. ALL
DISTURBED AREAS SHALL BE RESTORED IN KIND
WITH GRASS AND SOIL RETENTION BLANKETS
WHEN SLOPES EXCEED 6:1
NOTES:
HYDROMULCH SEEDING WITH SOIL
RETENTION BLANKET
CONCRETE RIPRAP
NORMAL POOL
TREE PROTECTION
SILT FENCESF
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
175
Item 3.
SXTP
EVLTEVLT
EVLT
LP
LP
SGN
SGN
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
TREE
EVLT
LP
EVLT
TREE
EVLT
LP
SGN
SGN
SGN
TREE
SGN
TREE TREE
TREE
LP
TREE
TREE
SGN
SGN
LP
SGN
TREE
BENCH
BENCH
XBOX
600
6
0
0
6
0
0
6
0
0
60
5
605
605
6
0
5
6
0
5
605
610
610
6
1
0
6
1
0
610
59
7
59
7
59
8
59
8
599
5
9
9
59
9
59
9
601
6
0
1
6
0
1
6
0
1
6
0
2
6
0
2
602
6
0
2
6
0
3
6
0
3
6
0
3
603
604
604
6
0
4
6
0
4
6
0
4
604
60
6
606
6
0
6
6
0
6
6
0
6
606
6
0
7
607
6
0
7
6
0
7
6
0
7
607
608
6
0
8
608
6
0
8
6
0
8
609
609
609
6
0
9
6
0
9
SXTP
610
609
608
607
606
605
604
603
6
1
0
6
0
9
6
0
8
6
0
7
6
0
6
60
5
60
4
6
0
3
6
1
0
6
0
9
6
0
8
60
8
60
7
60
6
60
5 60
4 60
3
601 600
599
598
597
59
7
59
8
59
9
60
0
60
1
60
2
60
3 60
4
60
6
60
7
609
608
607
606 605
604
603
602
601
602
603
604
605
606
607
608
PORTER PARK POND
WSEL = 606.36'
6
0
0
6
0
5
5
9
8
5
9
9
6
0
1
6
0
2
6
0
3
6
0
4
6
0
6
6
0
7
6
0
8
6
0
0
6
0
5
5
9
8
5
9
9
6
0
1
6
0
2
6
0
3
6
0
4
6
0
6
600
605
598599
601
602
603
604
606
607
608
609
6
0
0
6
0
5
5
9
8
5
9
9
6
0
1
6
0
2
6
0
3
6
0
4
6
0
6
6
0
7
60
0
605
59
8
59
9
60
1
60
2
60
3
60
4
606
607
600
6
0
5
610
59859960
1
60
2
6
0
3
6
0
4
6
0
6
6
0
7
6
0
8
609
6
0
3
6
0
5
6
0
4
6
0
6
6
0
7
6
0
8
6
0
5
6
0
3
6
0
4
6
0
6
6
0
7
6
0
8
6
0
9
6
0
5
61
0
6
0
6
6
0
7
6
0
8
6
0
9
605
606
607
608
609
604
603
605
603
604
606
607
608
604 603
60
0
59
9
60
1
602
60
5
60
6
5
9
8
60
0
60
0
605
610
610
597
59
859
9
601602603
604
606
606
607
60
7
608
608
609
609
600
6
0
0
6
0
0
60
0
600
60
0
6
0
0
605
605
605
6
0
5
60
5
60
5
6
0
5
605
605
605
6
0
5
60
5
605
60
7
6
0
5
60
5
605
605
605
61
0
597
597
59
7
598
5
9
8
598
59
8
599
5
9
9
599
59
9
59
9
601
601601
6
0
1
6
0
1
601
60
1
60
1
6
0
1
602
602
602
602
602
6
0
2
60
2
6
0
2
60
2
602
6
0
2
603
603603
6
0
3
603
6
0
3
60
0
60
5
59
9
60
1
60
2
60
3
60
4
60
6
60
7
60
8
603
60
3
6
0
3
603
603
604
604604
604
60
4
6
0
4
604
604
604
6
0
4
604
604
6
0
4
604
6
0
4
604
606
606
606
6
0
6
6
0
6
60
6
6
0
6
606
606
606
6
0
6
606
606
60
6
6
0
6
6
0
6
606
606
60
6
606
607
607
607
6
0
7
6
0
7
607
6
0
7
6
0
7
607
607
6
0
7
6
0
7
607
607
6
0
7
6
0
7
607
607
607
60
7
608
608
608
608 609
609
609
610
610
610
61
0
610
610
610
6
1
0
610
610
610
610
610
610
6
1
0
6
0
6
6
0
7
6
0
7
6
0
7
608
608
60
8
60
8
6
0
8
608
608
60
8
609
609
609
609
6
0
9
609
609
6
0
9
60
9
60
9
611
611
6
1
1
611
611
611
6
1
1
611
61161
1
611
612
612
6
1
2
613
613
605
603603
604
606
607
60
5
61
0
60
6
60
7
60
8
60
9
61
1
6
0
6
6
0
5
603
600
601
602
603 604 605 606
607 608 609
6
0
4
6
0
5
6
1
0
6
0
3
6
0
4
6
0
6
6
0
7
6
0
8
6
0
9
60
6
608
607
605
606
602
60
7
608
603
605
4:1
4:
1
3:1
4:1
4:1
4:
1
6:1
6:1
6:
1
7:1
8
:
1
A
A
C
C
B
B
F F
D
D
E
E
I
I
G
G
H
H
J
J
6:1
4:1
3:
1
PROPOSED SD "A"
0
SCALE IN FEET
15 30 60
OFPAGE NUMBER
01/23/2025
1" =30'
08
08 19
SRL
SRL
JTH
GRADING PLAN
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
G
R
A
D
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
1:
3
9
P
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
LEGEND:
EXISTING CONTOUR
PROPOSED CONTOUR
FLOW DIRECTION
606
606
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
176
Item 3.
8:1
2%
9:1
SECTION A-A
SCALE: H: 1" = 5'
V: 1" = 2.5'
POND BOTTOM = 603.00'
PROPOSED
WSEL = 606.36'
PROPOSED GROUND
EXISTING GROUND
2'
5:1
2%
7:1
6:1
2%
4:1
POND BOTTOM = 603.00'
PROPOSED
WSEL = 606.36'PROPOSED GROUND
EXISTING GROUND
2'2'
SECTION B-B
SCALE: H: 1" = 5'
V: 1" = 2.5'
OFPAGE NUMBER
01/23/2025
1" = 5'
09
09 19
SRL
SRL
JTH
GRADING SECTIONS
SHEET 1 OF 5
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
G
R
A
D
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
6
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
177
Item 3.
2%
10:1
6:1
6:1
2%
8:1
POND BOTTOM = 602.00'
PROPOSED
WSEL = 606.36'
PROPOSED GROUND
EXISTING GROUND
2'2'
SECTION D-D
SCALE: H: 1" = 5'
V: 1" = 2.5'
6:1
4:1
2%
4:1
2%
7:1
POND BOTTOM = 603.00'
PROPOSED
WSEL = 606.36'
PROPOSED GROUND
EXISTING GROUND
2'2'
SECTION C-C
SCALE: H: 1" = 5'
V: 1" = 2.5'
OFPAGE NUMBER
01/23/2025
1" = 5'
10
10 19
SRL
SRL
JTH
GRADING SECTIONS
SHEET 2 OF 5
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
G
R
A
D
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
6
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
178
Item 3.
4:1
2%
6:1
POND BOTTOM = 598'
PROPOSED
WSEL = 606.36'
PROPOSED GROUND
EXISTING GROUND
2'
SECTION E-E
SCALE: H: 1" = 5'
V: 1" = 2.5'
15:1
2%
5:1
POND BOTTOM = 602.00'
PROPOSED
WSEL = 606.36'
PROPOSED GROUND
EXISTING GROUND
2'
SECTION F-F
SCALE: H: 1" = 5'
V: 1" = 2.5'
OFPAGE NUMBER
01/23/2025
1" = 5'
11
11 19
SRL
SRL
JTH
GRADING SECTIONS
SHEET 3 OF 5
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
G
R
A
D
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
6
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
179
Item 3.
4:1
2%
4:1
POND BOTTOM = 598'
PROPOSED
WSEL = 606.36'
PROPOSED GROUND
EXISTING GROUND
2'
SECTION G-G
SCALE: H: 1" = 5'
V: 1" = 2.5'
3:
1
POND BOTTOM = 598'
PROPOSED
WSEL = 606.36'
PROPOSED GROUND
EXISTING CONCRETE
OVERFLOW WEIR
SECTION H-H
SCALE: H: 1" = 5'
V: 1" = 2.5'
OFPAGE NUMBER
01/23/2025
1" = 5'
12
12 19
SRL
SRL
JTH
GRADING SECTIONS
SHEET 4 OF 5
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
G
R
A
D
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
6
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
NOTE:
1.EXISTING CONCRETE WEIR TO REMAIN IN PLACE.
ANY DAMAGE TO EXISTING CONCRETE WEIR
SHALL BE REPAIRED AT CONTRACTOR'S EXPENSE.
180
Item 3.
5:1
2%
4:1
POND BOTTOM = 598'
PROPOSED
WSEL = 606.36'PROPOSED GROUND
EXISTING GROUND
2'
SECTION J-J
SCALE: H: 1" = 5'
V: 1" = 2.5'
28:1
4:1
2%
POND BOTTOM = 598'
PROPOSED
WSEL = 606.36'
PROPOSED GROUND
EXISTING GROUND
2'
SECTION I-I
SCALE: H: 1" = 5'
V: 1" = 2.5'
OFPAGE NUMBER
01/23/2025
1" = 5'
13
13 19
SRL
SRL
JTH
GRADING SECTIONS
SHEET 5 OF 5
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
G
R
A
D
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
6
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
181
Item 3.
SXTP
TREE
TREE
TREE
EVLT
LP
SGN
TREE
TREE
TREE
6
1
0
6
0
9
6
0
8 607
606
60
5
60
4
60
3
61
0
60
9
608
607
606
60
5
60
4
603
61
0 609
608
609
608
607
604
603
602
0+00 0+90
STA 0+17.47 SD LINE A
BEGIN SD LINE "A"
CONNECT TO EXIST. 24" HDPE PIPE
INSTALL:
CONCRETE COLLAR
N: 7173780.22
E: 2370724.66
STA 0+56.02 SD LINE A
END SD LINE "A"
INSTALL:
4:1 SLOPED HEADWALL
N: 7173749.01
E: 2370747.28
PORTER PARK POND
WSEL = 606.36'
PROPOSED 24"
STORM DRAIN "A"
60
5
60
5
61
0
60
3
60
3
60
4
60
4
60
6
60
6
60
7
60
7
60
8
60
8
60
9
60
9
SD LINE A
590
595
600
605
610
615
620
590
595
600
605
610
615
620
ST
A
.
0
+
5
6
.
0
2
S
D
L
I
N
E
A
=
EN
D
S
D
L
I
N
E
A
IN
S
T
A
L
L
S
L
O
P
E
D
HE
A
D
W
A
L
L
FL
2
4
"
=
6
0
6
.
1
4
'
ST
A
.
0
+
1
7
.
4
7
S
D
L
I
N
E
A
=
BE
G
I
N
S
D
L
I
N
E
A
CO
N
N
E
C
T
T
O
E
X
I
S
T
.
2
4
"
H
D
P
E
P
I
P
E
IN
S
T
A
L
L
C
O
N
C
R
E
T
E
C
O
L
L
A
R
FL
2
4
"
=
6
0
6
.
3
6
'
PROPOSED GROUND
EXISTING GROUND
EXISTING 24" HDPE PIPE @ 0.36%
39 LF 24" HDPE PIPE WITH
WATER TIGHT JOINTS @ 0.58%
4 INCH RIPRAP
0
SCALE IN FEET
10 20 40
SD LINE "A"
PLAN AND PROFILE
BEGIN TO END
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
S
T
R
M
-
P
L
P
R
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
4
4
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
EXISTING UTILITIES IN THE AREA. UTILITY
LOCATIONS SHOWN ARE SCHEMATIC IN
NATURE AND MAY NOT ACCURATELY
REFLECT SIZE, HORIZONTAL, AND/OR
VERTICAL LOCATION. THE CONTRACTOR
SHALL VERIFY THE EXACT LOCATION
PRIOR TO BEGINNING CONSTRUCTION.
CONTACT AFFECTED UTILITIES AT LEAST
48 HOURS PRIOR TO CONSTRUCTION
IN THE THIS AREA.(1-800-DIG-TESS)
R
NOTES:
1.CONTRACTOR SHALL LOCATE EXISTING STORM
DRAIN PIPE AND VERIFY HORIZONTAL AND VERTICAL
LOCATION PRIOR TO FABRICATING OR ORDERING
MATERIALS.
2.STORM DRAIN TRENCH SHALL BE BACKFILLED AND
FINE GRADED TO MEET GRADES PROVIDED IN THE
PLANS OR PRE-PROJECT CONDITIONS AS SPECIFIED.
OFPAGE NUMBER
01/23/2025
1" = 30'
14
14 19
SRL
SRL
JTH
182
Item 3.
SECTION A-A
SECTION B-B
SLOPED HEADWALL
N.T.S
CONCRETE COLLAR DETAIL (PIPE)
PLAN
OFPAGE NUMBER
01/23/2025
N/A
15
15 19
SRL
SRL
JTH
STORM DRAIN DETAILS
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
S
T
R
M
-
D
T
L
S
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
7
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
SHEET 1 OF 1
183
Item 3.
OFPAGE NUMBER
01/23/2025
N/A
16
16 19
SRL
SRL
JTH
STORM DRAIN DETAILS
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
S
T
R
M
-
D
T
L
S
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
7
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
SHEET 2 OF 2
184
Item 3.
OFPAGE NUMBER
01/23/2025
N/A
17
17 19
SRL
SRL
JTH
EROSION CONTROL DETAILS 1
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
E
R
C
N
-
D
T
L
S
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
7
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
SHEET 1 OF 2
185
Item 3.
OFPAGE NUMBER
01/23/2025
N/A
18
18 19
SRL
SRL
JTH
EROSION CONTROL DETAILS 2
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
E
R
C
N
-
D
T
L
S
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
7
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
SHEET 2 OF 2
186
Item 3.
POND LINER
POND EXCAVATION
OFPAGE NUMBER
01/23/2025
N/A
19
19 19
SRL
SRL
JTH
MISCELLANEOUS DETAILS
REVISION #
NO.DATE DESCRIPTION
PROJECT NO.:
ISSUED:
SCALE:DESIGNED BY:
DRAWN BY:
CHECKED BY:
PRELIMINARY
LICENSE NO.
1/23/2025
THESE DOCUMENTS ARE FOR INTERIM REVIEW AND NOT INTENDED FOR
REGULATORY APPROVAL, PERMIT, BIDDING OR CONSTRUCTION PURPOSES.
THEY WERE PREPARED BY OR UNDER THE SUPERVISION OF:
NAME
FOR INTERIM REVIEW ONLY
DATE
FIRM / BUSINESS NO.STATE
SAMSON R. LOTIGO 149676
TBPELS ENGINEERING FIRM #F-312
PE
TX
FI
L
E
N
A
M
E
:
A:
\
5
7
0
0
0
s
\
5
7
1
8
5
\
0
0
1
\
P
W
\
C
A
D
D
\
S
h
e
e
t
s
\
C
-
P
L
A
N
-
M
I
S
C
-
D
T
L
S
-
5
7
1
8
5
.
d
w
g
D
A
T
E
:
Ja
n
u
a
r
y
2
3
,
2
0
2
5
,
T
I
M
E
:
11
:
2
7
A
M
,
U
S
E
R
:
ah
3
8
0
3
2601 MEACHAM BLVD., SUITE 600
FORT WORTH, TEXAS 76137-4204
TEL. (817) 847-1422
PORTER PARK POND REHABILITATION
57185.001
SHEET 1 OF 1
187
Item 3.
CLIENT:City of Sanger 1/23/2025
PROJECT:Porter Park Pond Rehabilitation 57185.001
Total Unit Total
Item No.Description Unit Quantity Cost Amount
1 Site Preparation Ac 3.00 $5,000.00 $15,000.00
2 Aquatic Resources Relocation Plan (ARRP)LS 1.00 $55,000.00 $55,000.00
3 Care of Water LS 1 $20,000.00 $20,000.00
4 Construction Staking LS 1 $5,000.00 $5,000.00
5 Removing Rock Rip Rap (Grouted and Ungrouted)SY 19 $15.00 $285.00
6 Removing Headwall (Variable Size)EA 1 $500.00 $500.00
7 Removing Storm Drain Pipe (Variable Size)LF 77 $30.00 $2,310.00
8 Remove, Salvage and Reinstall Pond Fountain, Controller, and Pump EA 1 $2,000.00 $2,000.00
9 Remove, Salvage, Reinstall Existing Dock LS 1 $10,000.00 $10,000.00
10 Unclassified Excavation CY 6,204 $20.00 $124,080.00
11 Spoil CY 6,204 $20.00 $124,080.00
12 Borrow (Pond Liner)CY 4,029 $40.00 $161,160.00
13 4 Inch Riprap (Conc) (RR8&RR9) (TxDOT Standard)SY 153 $165.00 $25,245.00
14 18 Inch HDPE Pipe LF 29 $120.00 $3,480.00
15 24 Inch HDPE Pipe LF 39 $135.00 $5,265.00
16 Sloped End Treatment Headwall EA 2 $3,000.00 $6,000.00
Subtotal - Section I - Site Preparation, Grading, Paving, and General $559,405.00
1 SWPPP LS 1 $5,000.00 $5,000.00
2 Hydromulch Seeding with Retention Blanket SY 7,473 $6.00 $44,838.00
Subtotal - Section II - Erosion Control $49,838.00
1 Irrigation Repairs and Modifications LS 1 $5,000.00 $5,000.00
2 Tree Protection EA 3 $350.00 $1,050.00
Subtotal - Section III - Landscape and Irrigation $6,050.00
Subtotal Construction Cost $615,293.00
Mobilization (10%)$61,529.30
Subtotal Construction Cost + Mobilization $676,822.30
10% Contingency $67,682.23
4% Inflation $29,780.18
Total Construction Cost $774,284.71
Rounded Total $775,000.00
This statement was prepared utilizing standard cost estimate practices. It is understood and agreed that this is an estimate
only, and that Engineer shall not be liable to Owner or to a third party for any failure to accurately estimate the cost of the
project, or any part thereof.
Section III - Landscape and Irrigation
Section II - Erosion Control
Section I - Site Preparation, Grading, Paving, and General
HALFF ASSOCIATES, Inc.
2601 Meacham Boulevard, Suite 600
Fort Worth, Texas 76137
(817) 847-1422
BUDGET OPINION OF PROBABLE CONSTRUCTION COST
188
Item 3.
CITY COUNCIL COMMUNICATION
DATE: March 3, 2024
FROM: Clayton Gray, Chief Financial Officer
AGENDA ITEM: Consideration and possible action to enter into an agreement with Vertosoft for
the OpenGov comprehensive procurement management system utilizing Texas
Department of Information Resources contract pricing and authorizing the City
Manager to execute the agreements and all necessary documents.
SUMMARY:
The City's existing manual process for preparing, receiving, and evaluating Requests for Proposals
(RFP) and Requests for Qualifications (RFQ)is time-consuming and inefficient.
Over the past year, the Finance Department has explored various options to streamline and simplify
this process.
OpenGov reports that agencies using their procurement system have reduced the time needed to
draft and issue RFPs by 75%, increased supplier responses by 3 to 4 times, and transitioned to a
fully paperless procurement process.
OpenGov is a cloud-based solution designed to automate and streamline RFP and RFQ processes by
offering:
o Unlimited access for users
o Guided templates for RFP/RFQ creation
o An electronic review and approval workflow
o A digital evaluation process
o An intuitive and user-friendly vendor experience
The cost for the first year is included in the current budget, while the expenses for the following
years will be covered by the cancellation of another annual software agreement worth $10,505.
The annual pricing is as follows
o Year one - $50,928 (Custom development of the system and annual subscription)
o Year Two - $12,306 (Annual subscription)
o Year Three - $12,921 (Annual subscription)
FISCAL INFORMATION:
Budgeted: YES Amount: $50,928 GL Account: 180-19-5213
RECOMMENDED MOTION OR ACTION:
Staff recommends approval.
ATTACHMENTS:
OpenGov End User License Agreement
Vertosoft Quote (DIR Contract DIR-CPO-5327)
189
Item 4.
1
OpenGov End User License Agreement, DIR-CPO-5327 Revised September 1, 2024
OpenGov End User License Agreement
Texas DIR Contract DIR-CPO-5327
This End User License Agreement (this “Agreement”) is made between OpenGov, Inc., a
Delaware corporation (“OpenGov”), and a party procuring OpenGov’s services (“Customer”)
through Vertosoft, LLC, an authorized reseller (“Reseller”). This Agreement sets forth the
terms under which Customer may use OpenGov’s hosted software services and receive
professional services, subject to DIR Contract DIR-CPO-5327 (“DIR-CPO-5327”).
1. Definitions
1.1. “Customer Data” means data that is provided by Customer to OpenGov
pursuant to this Agreement (for example, by email or through Customer’s
software systems of record). Customer Data does not include any
confidential personally identifiable information.
1.2. “Documentation” means materials produced by OpenGov that provide
information about OpenGov’s software products and systems.
1.3. “Intellectual Property Rights” means all intellectual property rights including
all past, present, and future rights associated with works of authorship,
including exclusive exploitation rights, copyrights, and moral rights,
trademark and trade name rights and similar rights, trade secret rights,
patent rights, and any other proprietary rights in intellectual property of
every kind and nature.
1.4. “Purchase Order” means the document used between the Reseller and
Customer to purchase specified OpenGov services.
1.5. “Party” (or “Parties”) refers to OpenGov and/or Customer. For the avoidance
of doubt, Reseller is not a Party to this Agreement.
1.6. “Subscription Term” means the period from the start date of the Software
Services specified on the first Purchase Order to the last end date of the
Software Services specified on any Purchase Order.
2. Software Services, Support, and Professional Services
2.1. Software Services. Subject to the terms and conditions of this Agreement,
OpenGov will use commercially reasonable efforts to provide the
commercial-off-the-shelf software solutions identified in the applicable
Purchase Order (“Software Services”). Software Services do not include any
pre-release features, functionality, and/or software that Customer elects to
use while they are in beta, or Work Product as defined DIR-CPO-5327,
Appendix A, Section 5.1.1.
2.2. Support and Service Levels. Customer support is available by email to
support@opengov.com or by using the chat messaging functionality of the
Software Services, both of which are available during OpenGov’s standard
190
Item 4.
2
OpenGov End User License Agreement, DIR-CPO-5327 Revised September 1, 2024
business hours. Customer may report issues any time; however, OpenGov
will address issues during business hours. OpenGov will provide support for
the Software Services in accordance with the Support and Software Service
Levels found at opengov.com/service-sla, as long as Customer is entitled to
receive support under the applicable Purchase Order and this Agreement.
2.3. Professional Services. If OpenGov or its authorized independent
contractors provides professional services to Customer through Reseller,
such as implementation services, then OpenGov will specify the
professional services (“Professional Services”) in an applicable statement of
work (“SOW”) which is incorporated herein by reference. Unless otherwise
specified in a SOW, any pre-paid professional services must be utilized
within one year from the start of the Subscription Term.
3. Restrictions and Responsibilities
3.1. Restrictions. Customer may not use the Software Services in any manner or
for any purpose other than as expressly permitted by the Agreement. In
addition, Customer shall not, and shall not permit or enable any third party
to: (a) use or access any of the Software Services to build a competitive
product or service; (b) modify, disassemble, decompile, reverse engineer or
otherwise make any derivative use of the Software Services (except to the
extent applicable laws specifically prohibit such restriction); (c) sell, license,
rent, lease, assign, distribute, display, host, disclose, outsource, copy or
otherwise commercially exploit the Software Services; (d) perform or
disclose any benchmarking or performance testing of the Software
Services, including but not limited to load testing, or stress testing; (e)
remove any proprietary notices included with the Software Services; (f) use
the Software Services in violation of applicable law; or (g) transfer any
confidential personally identifiable information to OpenGov or the Software
Services platform.
3.2. Responsibilities. Customer shall be responsible for obtaining and
maintaining computers and third-party software systems of record (such as
Customer’s ERP systems) needed to connect to, access or otherwise use
the Software Services. Customer also shall be responsible for: (a) ensuring
that such equipment is compatible with the Software Services, (b)
maintaining the security of such equipment, user accounts, passwords and
files, and (c) all uses of Customer user accounts by any party other than
OpenGov.
4. Intellectual Property Rights; License Grants; Access to Customer Data
4.1. Software Services. OpenGov owns all interests and Intellectual Property
Rights in the Software Services. The look and feel of the Software Services,
including any custom fonts, graphics and button icons, are the property of
OpenGov. Customer may not copy, imitate, or use them, in whole or in part,
without OpenGov’s prior written consent. Subject to Customer’s obligations
191
Item 4.
3
OpenGov End User License Agreement, DIR-CPO-5327 Revised September 1, 2024
under this Agreement, OpenGov grants Customer a non-exclusive, royalty-
free license during the Subscription Term to use the Software Services.
4.2. Customer Data. Customer Data and the Intellectual Property Rights therein
belong to Customer. Customer grants OpenGov and its partners (such as
hosting providers) a non-exclusive, royalty-free license to use, store, edit,
and reformat Customer Data for the purpose of providing the Software
Services. Customer further agrees that OpenGov and its partners may use
aggregated, anonymized Customer Data for purposes of product
enhancement, customer service, and data analysis. Insights gleaned from
aggregated, anonymized Customer Data will belong to OpenGov.
4.3. Access to Customer Data. Customer may download Customer Data from the
Software Services at any time during the Subscription Term, excluding
during routine software maintenance periods.
4.4. Deletion of Customer Data. Unless otherwise requested pursuant to this
Section 4.4, upon the termination of this Agreement, Customer Data shall
be deleted pursuant to OpenGov’s standard data deletion and retention
practices, which is to delete Customer Data 45 days after termination or
expiration of the Agreement. Upon written request, Customer may request
deletion of Customer Data prior to the date of termination of this
Agreement. Such a request must be addressed to “OpenGov Vice President,
Customer Success” at OpenGov’s address for notice in Section 10.2.
4.5. Feedback. “Feedback” means suggestions, comments, improvements,
ideas, or other feedback or materials regarding the Software Services
provided by Customer to OpenGov, including feedback provided through
online developer community forums. Customer grants OpenGov a non-
exclusive, royalty-free, irrevocable, perpetual, worldwide license to use and
incorporate Feedback into the Software Services and Documentation.
OpenGov will exclusively own any improvements or modifications to the
Software Services and Documentation based on or derived from any of
Customer’s Feedback including all Intellectual Property Rights in and to the
improvements and modifications.
5. Confidentiality
5.1. “Confidential Information" means all confidential business, technical, and
financial information of the disclosing Party that is marked as “Confidential”
or an equivalent designation or that should reasonably be understood to be
confidential given the nature of the information and/or the circumstances
surrounding the disclosure. OpenGov’s Confidential Information includes,
without limitation, the software underlying the Software Services, and all
Documentation.
5.2. Confidential Information does not include: (a) data that Customer has
previously released to the public; (b) data that Customer would be required
to release to the public upon request under applicable federal, state, or
192
Item 4.
4
OpenGov End User License Agreement, DIR-CPO-5327 Revised September 1, 2024
local public records laws; (c) Customer Data that Customer requests
OpenGov make available to the public in conjunction with the Software
Services; (d) information that becomes publicly known through no breach by
either Party; (e) information that was rightfully received by a Party from a
third Party without restriction on use or disclosure; or (f) information
independently developed by the receiving Party without access to the
disclosing Party’s Confidential Information.
5.3. Each Party agrees to obtain prior written consent before disclosing any of
the other Party's Confidential Information. Each Party further agrees to use
the other's Confidential Information only in connection with this Agreement.
Each Party further agrees to protect the other Party's Confidential
Information using the measures that it employs with respect to its own
Confidential Information of a similar nature, but in no event with less than
reasonable care. If a Party is required to disclose Confidential Information
by law or court order, they must notify the other Party in writing before
making the disclosure to give the other Party an opportunity to oppose or
limit the disclosure.
6. Term and Termination
6.1. Subscription Term. This Agreement commences on the start date of the
Purchase Order and continues until the last end date of the Software
Services specified on the Purchase Order, unless sooner terminated
pursuant to Section 6.3.
6.2. Renewal. This Agreement will renew if Customer enters another Purchase
Order for the Software Services and/or additional Professional Services
before the end of the Subscription Term.
6.3. Termination.
6.3.1. Termination for Non-Appropriation. Customer may terminate this
Agreement for non-appropriation pursuant to DIR-CPO-5327,
Appendix A, Section 11.2.1.1.
6.3.2. Termination for Convenience. Customer may terminate this
Agreement for convenience pursuant to DIR-CPO-5327, Appendix A,
Section 11.2.3.
6.3.3. Termination for Cause. Customer may terminate this Agreement for
Cause pursuant to DIR-CPO-5327, Appendix A, Section 11.2.4.2.
OpenGov may terminate this Agreement if Customer materially
breaches any term of this Agreement and fails to cure such breach
within 30 days after receiving written notice by OpenGov.
6.4. Effect of Termination. Upon termination of this Agreement pursuant to
Section 6: (a) Customer shall pay in full for all Software Services and
Professional Services in the Purchase Order. If required under Section 8.1.2
or 8.1.3 OpenGov shall make refunds to Reseller, (b) OpenGov shall stop
providing Software Services and Professional Services to Customer; and (c)
193
Item 4.
5
OpenGov End User License Agreement, DIR-CPO-5327 Revised September 1, 2024
each Party shall (at the other Party’s option) return or delete any of the other
Party’s Confidential Information in its possession. See DIR Contract DIR-
CPO-5327, Appendix A, Sections 11.2.6—Customer Rights Under
Termination, and 11.2.7—Vendor or Order Fulfiller Rights Under Termination.
7. Payment of Fees
Fees for Software Services are due at the beginning of each year of the
Subscription Term, and Customer must timely pay all applicable fees to Reseller to
avoid interruption of the Software Services. Fees for Professional Services are due
in advance, unless indicated otherwise in the Purchase Order.
8. Representations and Warranties; Disclaimer
8.1. By OpenGov.
8.1.1. General Warranty. OpenGov represents and warrants that it has all
right and authority necessary to enter into and perform this
Agreement.
8.1.2. Professional Services Warranty. OpenGov further represents and
warrants that the Professional Services, if any, will be performed in
a professional and workmanlike manner in accordance with the
related SOW and generally prevailing industry standards. For any
breach of the Professional Services warranty, OpenGov will re-
perform the applicable services. If OpenGov is unable to re-perform
such work as warranted, Customer will be entitled to recover all fees
paid for the deficient work to Reseller. Customer must give written
notice of any claim under this warranty to OpenGov within 90 days of
the completion of Professional Services pursuant to the applicable
SOW to receive such warranty remedies.
8.1.3. Software Services Warranty. OpenGov further represents and
warrants that for the Term, the Software Services will perform in all
material respects in accordance with the Documentation. The
foregoing warranty does not apply to any Software Services that
have been used in a manner other than as set forth in this
Agreement. OpenGov does not warrant that the Software Services
will be uninterrupted or error-free. Customer must give written
notice of any claim under this warranty to OpenGov within 90 days of
Customer discovering the defect. For any breach of the Software
Services warranty, OpenGov will repair or replace any
nonconforming Software Services so that the affected portion of
the Software Services operates as warranted. If OpenGov is unable
to do so, Customer may terminate the license for such Software
Services and Reseller will be entitled to recover all fees paid to
OpenGov for the deficient Software Services.
8.2. By Customer. Customer represents and warrants that (a) it has all right and
authority necessary to enter into and perform this Agreement; and (b)
194
Item 4.
6
OpenGov End User License Agreement, DIR-CPO-5327 Revised September 1, 2024
OpenGov’s use of Customer Data pursuant to this Agreement will not
infringe, violate or misappropriate the Intellectual Property Rights of any
third party.
8.3. Disclaimer. OPENGOV DOES NOT WARRANT THAT THE SOFTWARE
SERVICES WILL BE UNINTERRUPTED OR ERROR FREE; NOR DOES IT MAKE
ANY WARRANTY AS TO THE RESULTS THAT MAY BE OBTAINED FROM USE
OF THE SOFTWARE SERVICES. EXCEPT AS SET FORTH IN THIS SECTION 8,
THE SOFTWARE SERVICES ARE PROVIDED “AS IS” AND OPENGOV
DISCLAIMS ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING,
BUT NOT LIMITED TO, IMPLIED WARRANTIES OF MERCHANTABILITY,
TITLE, FITNESS FOR A PARTICULAR PURPOSE, AND NON-INFRINGEMENT.
9. Limitation of Liability
9.1. By Type. NEITHER PARTY, NOR ITS SUPPLIERS, OFFICERS, AFFILIATES,
REPRESENTATIVES, CONTRACTORS OR EMPLOYEES, SHALL BE
RESPONSIBLE OR LIABLE WITH RESPECT TO ANY SUBJECT MATTER OF
THIS AGREEMENT UNDER ANY CONTRACT, NEGLIGENCE, STRICT
LIABILITY, OR OTHER THEORY: (A) FOR ERROR OR INTERRUPTION OF USE
OR FOR LOSS OR INACCURACY OF DATA OR COST OF PROCUREMENT OF
SUBSTITUTE GOODS OR SERVICES OR LOSS OF BUSINESS; (B) FOR ANY
INDIRECT, EXEMPLARY, PUNITIVE, INCIDENTAL, SPECIAL, OR
CONSEQUENTIAL DAMAGES; OR (C) FOR ANY MATTER BEYOND A PARTY’S
REASONABLE CONTROL, EVEN IF SUCH PARTY HAS BEEN ADVISED OF THE
POSSIBILITY OF SUCH LOSS OR DAMAGE.
9.2. By Amount. IN NO EVENT SHALL EITHER PARTY’S AGGREGATE,
CUMULATIVE LIABILITY FOR ANY CLAIMS ARISING OUT OF OR IN ANY WAY
RELATED TO THIS AGREEMENT EXCEED THE FEES PAID FOR THE
SOFTWARE SERVICES UNDER THE APPLICABLE PURCHASE ORDER IN THE
12 MONTHS PRIOR TO THE ACT THAT GAVE RISE TO THE LIABILITY.
9.3. Limitation of Liability Exclusions. The limitations of liability set forth in
Sections 9.1 and 9.2 above do not apply to, and each Party accepts liability
to the other for: (a) claims based on either Party’s intentional breach of its
obligations set forth in Section 5 (Confidentiality), (b) claims arising out of
fraud or willful misconduct by either Party and (c) either Party’s
infringement of the other Party’s Intellectual Property Rights.
9.4. No Limitation of Liability by Law. Because some jurisdictions do not allow
liability or damages to be limited to the extent set forth above, some of the
above limitations may not apply to Customer.
10. Miscellaneous
10.1. Logo Use. Upon Customer’s prior written consent, OpenGov shall have the
right to use and display Customer’s logos and trade names for marketing
and promotional purposes in OpenGov’s website and marketing materials,
subject to Customer’s trademark usage guidelines provided to OpenGov.
195
Item 4.
7
OpenGov End User License Agreement, DIR-CPO-5327 Revised September 1, 2024
10.2. Notice. Ordinary day-to-day operational communications may be conducted
by email, live chat or telephone. For notices required by the Agreement the
parties must communicate more formally in a writing sent via USPS
certified mail and via email. OpenGov’s addresses for notice are: OpenGov,
Inc., 660 3rd Street, Suite 100, San Francisco, CA 94107 and
legal@opengov.com.
10.3. Anti-corruption. Neither OpenGov nor any of its employees or agents has
offered or provided any illegal or improper payment, gift, or transfer of value
in connection with this Agreement. The Parties will promptly notify each
other if they become aware of any violation of any applicable anti-
corruption laws in connection with this Agreement.
10.4. Injunctive Relief. The Parties acknowledge that any breach of the
confidentiality provisions or the unauthorized use of a Party’s intellectual
property may result in serious and irreparable injury to the aggrieved Party
for which damages may not adequately compensate the aggrieved Party.
The Parties agree, therefore, that, in addition to any other remedy that the
aggrieved Party may have, it shall be entitled to seek equitable injunctive
relief without being required to post a bond or other surety or to prove
either actual damages or that damages would be an inadequate remedy.
10.5. Force Majeure. Neither Party shall be held responsible or liable for any
losses arising out of any delay or failure in performance of any part of this
Agreement due to any act of god, act of governmental authority, or due to
war, riot, labor difficulty, failure of performance by any third-party service,
utilities, or equipment provider, or any other cause beyond the reasonable
control of the Party delayed or prevented from performing.
10.6. Severability; Waiver. If any provision of this Agreement is found to be
unenforceable or invalid, that provision will be limited or eliminated to the
minimum extent necessary so that this Agreement will otherwise remain in
full force and effect and enforceable. Any express waiver or failure to
exercise promptly any right under this Agreement will not create a
continuing waiver or any expectation of non-enforcement.
10.7. Survival. The following sections of this Agreement shall survive
termination: Section 5. (Confidentiality), Section 7 (Payment of Fees),
Section 4.4 (Deletion of Customer Data), Section 8.3 (Warranty Disclaimer),
Section 9 (Limitation of Liability) and Section 10 (Miscellaneous).
10.8. Assignment. There are no third-party beneficiaries to this Agreement.
Except as set forth in this Section 10.8, neither party may assign, delegate,
or otherwise transfer this Agreement or any of its rights or obligations to a
third party without the other party's written consent, which consent may
not be unreasonably withheld, conditioned, or delayed. Either party may
assign, without such consent but upon written notice, its rights and
obligations under this Agreement to its corporate affiliate or to any entity
196
Item 4.
8
OpenGov End User License Agreement, DIR-CPO-5327 Revised September 1, 2024
that acquires all or substantially all of its capital stock or its assets related
to this Agreement, through purchase, merger, consolidation, or otherwise
or as allowed by DIR-CPO-5327, Appendix A, Section 4.4(B). Any other
attempted assignment shall be void. This Agreement will benefit and bind
permitted assigns and successors.
10.9. Independent Contractors. This Agreement does not create an agency,
partnership, joint venture, or employment relationship, and neither party
has any authority to bind the other.
10.10. Governing Law and Jurisdiction. This Agreement will be governed by the
laws of Customer’s jurisdiction, without regard to conflict of laws principles.
The parties submit to personal jurisdiction and venue in the courts of
Customer’s jurisdiction.
10.11. Complete Agreement. OpenGov has made no other promises or
representations to Customer other than those contained in this Agreement
and those required by DIR-CPO-5327. In the event of a conflict, the terms of
DIR-CPO-5327 shall prevail. Any additional or different terms in a purchase
order or click-through agreement are expressly rejected by the Parties and
are void. Any modification to this Agreement must be in writing and signed
by an authorized representative of each Party.
The City of Sanger OpenGov, Inc.
Signature ___________________________ Signature __________________________
Name ___________________________ Name __________________________
Title ___________________________ Title __________________________
Date ___________________________ Date __________________________
Approved as to Form
___________________________
Hugh Coleman
City Attorney
City of Sanger
197
Item 4.
1602 Village Market Blvd SE, Suite 320
Leesburg, VA20175 USA
Cage Code: 7QV38
UEI Number Y7D5MXRU2839
DUNS# 080431574
Federal Tax ID: 81-3911287
Business Size: Small Business
Date: 2/18/2025, 12:46 PM
Phone: 571 707-4130
Fax: 571-291-4119
Email: sales@vertosoft.com
Vertosoft Contact: Carly Moore
Phone: (540) 998-8361
Email: carly.moore@vertosoft.com
OpenGov Quote for City of Sanger, TX
Contract: TX-DIR: DIR-CPO-5327
Quote #: Q-10248
Expires On: 3/16/2025
Ship To
City of Sanger, TX
Danielle Stanford
dstanford@sangertexas.org
Quote For:
Name:
Company: City of Sanger, TX
Email:
Phone:
PAYMENT TERMS DELIVERY METHOD PAYMENT METHOD VERTOSOFT CUST ID SUPPLIER REF #
Net 30 Electronic Check/ACH/Credit Card
Group1
PART #DESCRIPTION START
DATE
END
DATE
QTY UNIT
PRICE
EXTENDED
OPGV-HAKO-U20-
RR-3Y
OpenGov Enterprise Procurement and Contracts -
Under $20 Million - 3Y
3/1/2025 2/28/2026 1.00 $11,719.88 $11,719.88
OPGV-GHBP-U20-
NR-0Y
Custom Professional Services Deployment - Fixed
Fee - Under $20 Million - 0Y
169.00 $232.00 $39,208.00
Group1 TOTAL:$50,927.88
Page 1 of 2
198
Item 4.
Group2
PART #DESCRIPTION START
DATE
END
DATE
QTY UNIT
PRICE
EXTENDED
OPGV-HAKO-U20-
RR-3Y
OpenGov Enterprise Procurement and Contracts -
Under $20 Million - 3Y
3/1/2026 2/28/2027 1.00 $12,305.88 $12,305.88
Group2 TOTAL:$12,305.88
Group3
PART #DESCRIPTION START
DATE
END
DATE
QTY UNIT
PRICE
EXTENDED
OPGV-HAKO-U20-
RR-3Y
OpenGov Enterprise Procurement and Contracts -
Under $20 Million - 3Y
3/1/2027 2/28/2028 1.00 $12,921.16 $12,921.16
Group3 TOTAL:$12,921.16
TOTAL: $50,927.88
Quote Terms
By purchasing the products and services described in this order form, the Customer is expressly agreeing to the End User
Agreement published at https://www.vertosoft.com/terms-and-conditions-opengov
Taxes: Sales tax shall be added at the time of an invoice, unless a copy of a valid tax exemption or resale certificate is
provided.
Credit Card Orders: Additional fees may apply if paying by credit card.
All Purchase Orders must include: End User Name, Phone Number, Email Address, Purchase Order Number, Government
Contract Number or Our Quote Number, Bill-To and Ship-To Address (Cannot ship to a PO Box), Period of Performance
(if applicable), and a Signature of a duly Authorized Representative.
Page 2 of 2
199
Item 4.
CITY COUNCIL COMMUNICATION
DATE: March 3, 2025
FROM: Ryan Nolting, Director of Parks & Recreation
AGENDA ITEM: Consideration and possible action to approve the City of Sanger Surplus Item list
for public auction.
SUMMARY:
City staff routinely recommends disposing of surplus vehicles and equipment. The attached surplus
auction list outlines items identified as surplus by various departments. Pending Council approval,
these items will be listed for public auction. This proactive approach ensures the efficient
management of City assets and generates revenue by responsibly disposing of unneeded property.
FISCAL INFORMATION:
Budgeted: NO Amount: $0.00 GL Account:
Public Auction
RECOMMENDED MOTION OR ACTION:
Staff recommends approval
ATTACHMENTS:
City Council Communication
Surplus Auction Item List
200
Item 5.
201
Item 5.
CITY COUNCIL COMMUNICATION
DATE: March 3, 2025
FROM: Ryan Nolting, Parks & Recreation Director
AGENDA ITEM: Consideration and possible action on the issuance of a Request For
Qualifications (RFQ) for design and other related services for the renovations at
the Sanger Community Center.
SUMMARY:
• The Sanger Community Center is one of the most rented indoor facilities offered by the City.
Additionally, the Community Center serves as the Sanger polling station, making voting for our
residents convenient. With all these events, the facility has more than 5,000 visitors annually. This
high demand for the facility's use has led to old and outdated equipment that requires constant
expenses. This remodel includes ADA upgrades throughout the building, new restrooms, kitchen,
storage areas, paint, flooring, plumbing, and electrical upgrades.
• Approved project for the FY 2024-25 fiscal year.
FISCAL INFORMATION:
Budgeted: YES Amount: $100,000.00 GL Account: 004-32-6520
2024-25 approved project for the Community Center Renovations
RECOMMENDED MOTION OR ACTION:
Staff recommends approval
ATTACHMENTS:
City Council Communication
Sanger Community Center RFQ
Standard Professional Services Agreement
202
Item 6.
CITY OF SANGER, TEXAS
REQUEST FOR QUALIFICATIONS (RFQ)
RFQ-2025-01
SANGER COMMUNITY CENTER
RENOVATION
PROPOSAL DUE DATE:
12:00 Noon Central Time
Tuesday, April 15th, 2025
ISSUED BY:
CITY OF SANGER
PARKS & RECREATION DEPARTMENT
203
Item 6.
2
SECTION 1. INTRODUCTION:
The City of Sanger is accepting proposals to provide all related services for the design,
construction plans, and bid documents required to do the renovations to the Sanger
Community Center.
SECTION 2. COMMUNITY PROFILE:
The City of Sanger, Texas, with a population of approximately 9,000 is located in North
Texas within Denton County and located along both sides of I-35 and north and south of
FM 455. Sanger is comprised of nearly twelve (12) square miles and is neighbored by
Denton to the south, Valley View to the north, Lake Ray Roberts and Pilot Point to the
east, and an unincorporated area to the west. Major transportation corridors include I-35
and FM 455.
The city is comprised of a mix of residential, commercial, and industrial land uses as well
as a vibrant downtown area.
SECTION 3. PROJECT BACKGROUND:
The Sanger Community Center is one of the most rented indoor facilities offered by the
City. Additionally, the Community Center serves as the Sanger polling station making
voting for our residents convenient. With all these events, the facility has more than
5000 visitors annually. This high demand for the use of the facility has led to old and
outdated equipment that requires constant expenses.
SECTION 4. SCOPE OF SERVICES AND DELIVERABLES:
The city invites qualified firms to submit a proposal for providing the City of Sanger with
all related services for the design, construction plans, and bid documents required to do
the renovations to the Sanger Community Center. This renovation includes ADA
upgrades, new restrooms, kitchen, storage areas, flooring, doors, paint, plumbing, and
electrical upgrades.
SECTION 5. INFORMATION PROVIDED BY THE CITY:
Maps and the Sanger 2040 Comprehensive Plan can be found on the City’s website.
SECTION 6. TIMELINE:
It is expected that a contract will be executed between the City and the selected
consulting firm within forty-five (45) days of the due date for proposals. It is anticipated
that the project will be completed within (4) months from the signing of the contract.
SECTION 7. SUBMISSION DETAILS:
Statement of Qualifications
The consultant shall submit a Statement of Qualifications. The statement, at minimum,
should address each of the specific topics listed below (additional information may be
included). Failure to include any of the following requested information may be cause
204
Item 6.
3
for the proposal to be considered incomplete and thus rejected.
1. Provide a cover letter on firm letterhead and identify the project manager
and key staff involved along with contact information for the project
manager.
2. Written presentation of the qualifications of the firm and their understanding
of the work to be performed.
3. List of services that will be provided.
4. Availability, credentials, and related experience of the firm and key staff with
similar studies, preferably with municipal governments.
5. Provide copies of the resumes of the proposed project manager and key staff.
Provide information on specific experiences with successful outcomes in
conducting the process and making presentations to public bodies.
6. Include with their proposals a list of at least three (3) current references for
whom comparable work has been performed in the past three (3) years,
specifically citing work in communities similar to Sanger. This list shall
include the municipality’s name, person to contact, address, telephone
number, email address, and a brief, but adequately detailed description of the
work performed.
7. Provide complete or partial examples of work similar in nature to this project.
8. List of anticipated sub-contractors and/or partners, if any, and their
availability, credentials, and related experience.
9. Explain the methodology you propose to successfully perform the services
outlined in the Scope of Work.
10. Include a statement on the anticipated time frame based on the scope of work
as listed in this RFQ. Report on prior experience in delivering services within
the prescribed time frame.
SECTION 8. SUBMISSION INSTRUCTION
STATEMENT OF QUALIFICATIONS MUST BE RECEIVED BY
12:00 NOON (CENTRAL TIME) April 15, 2025
SUBMISSIONS RECEIVED AFTER THE DEADLINE WILL NOT BE CONSIDERED
Four (4) printed copies of the Statement of Qualifications in a sealed envelope should be sent to:
Ryan Nolting
Director of Parks
& Recreation
City of Sanger
502 Elm Street
Sanger, TX 76266
Phone: 940-458-2059
205
Item 6.
4
Email: rnolting@sangertexas.org
The proposals will be publicly recognized at the same location (City Hall, 502 Elm St, Sanger
TX 76266) at 2:00 PM (Central Time) on April 15, 2025.
One (1) electronic, PDF copy of the Statement should also be included on a USB/Flash drive.
Questions should be directed to Ryan Nolting, Director of Parks & Recreation, at the
contact information listed above.
SECTION 9. SELECTION PROCESS AND CRITERIA FOR CONSIDERATION OF
QUALIFICATIONS:
Statements will be reviewed and evaluated by the city staff and on a number of criteria,
including, but not limited to the following:
Overall responsiveness and quality of the proposal in
clearly stating an understanding of the project.
Experience and knowledge in developing similar plans by
consultant personnel who will be directly involved with the project.
The experience and availability of support staff for the project.
The ability to complete the plan within the given timeframe.
References.
After evaluating the proposals, the city may request additional information from any consultant
identified as most responsive to this RFQ. At its discretion, the City may require any consultant
to make a presentation to provide an opportunity to clarify the submission. The city will schedule
any such presentations. The city will evaluate the written proposals and will select the consultant
which meets the best interest of the city. The City shall be the sole judge of its own best interests,
the proposals, and the resulting negotiated agreement. The City’s decisions will be final. The
City reserves the right to negotiate any and all elements of this proposal, including, but not
limited to, the fee structure and terms of the contract, with the proposing firm selected.
A. DISCLAIMER
This RFQ does not commit the City to enter into a contract, nor does it obligate the City
to pay for any costs incurred in the preparation and submission of Statements or
anticipation of a contract. The City reserves the right at its sole discretion: to make
selections, to reject any or all submissions, to issue subsequent RFQ, to remedy technical
errors in the RFQ process, and to enter into a contract with one or more consultants for
the provisions of any, all or some of the services described herein.
B. AGREEMENT FOR PROFESSIONAL SERVICES
Attached as Exhibit A is the City of Sanger’s standard agreement for professional
services. The agreement also indicates the insurance and indemnification requirements
that the City will require of the selected firm.
C. ADDITIONAL INFORMATION:
1. A person or business that contracts with Sanger or who seeks to contract with the
206
Item 6.
5
City must file a “Conflict of Interest Questionnaire” (FORM CIQ) which is
available online at www.ethics.state.tx.us and a copy of which is attached to this
guideline. The form contains mandatory disclosures regarding “employment or
business relationships” with a municipal officer. Officials may be asked to clarify
or interpret various portions of the questionnaire.
2. Compliance with HB 89. A person or business that contracts with Sanger or who
seeks to contract with the City shall not boycott Israel at any time while providing
products or services to the City of Sanger. This requirement does not apply to
companies with fewer than ten full-time employees; or contracts that are less than
$100,000.00.
[ ] Yes, we agree [ ] No, we do not agree
[ ] N/A
3. Respondent verifies that it does not boycott energy companies and will not boycott
energy companies during the term of this contract, as those terms are defined by
Chapter 2274, Government Code. This requirement does not apply to companies
with fewer than ten full-time employees; or contracts that are less than $100,000.00.
[ ] Yes, we agree [ ] No, we do not agree
[ ] N/A
4. Respondent verifies that it does not have a practice, policy, guidance, or directive
that discriminates against a firearm entity or firearm trade association and will not
discriminate during the term of this contract against a firearm entity or firearm
trade association, as those terms are defined by Chapter 2274, Government Code.
This requirement does not apply to companies with fewer than ten full- time
employees; or contracts that are less than $100,000.00.
[ ] Yes, we agree [ ] No, we do not agree
[ ] N/A
5. Compliance with SB 252. A person or business that contracts with Sanger or who
seeks to contract with the City shall not do business with Iran, Sudan, or a foreign
terrorist organization while providing products or services to the City of Sanger.
[ ] Yes, we agree [ ] No, we do not agree
207
Item 6.
6
The undersigned affirms that he/she has read and understands the specifications, terms,
and conditions, all exhibits and attachments contained herein and that they are duly
authorized to execute this response to the Request for Qualifications.
Signature Company Date
208
Item 6.
AGREEMENT TO PROVIDE PROFESSIONAL SERVICES
“Exhibit A”
THIS AGREEMENT (“Agreement”) is entered into this ____ day of __________ 2025
by and between ______________________ ("PROFESSIONAL") and the CITY OF SANGER,
TEXAS, a municipal corporation of the State of Texas ("CITY"). For convenience, the
PROFESSIONAL and the CITY may sometimes be referred to herein collectively as “parties” and
individually as a “party.”
WITNESSETH
WHEREAS, CITY desires to engage PROFESSIONAL to provide professional services
as more fully described on Exhibit “A” attached hereto and incorporated herein by reference; and
WHEREAS, PROFESSIONAL agrees to provide such work and services for CITY in
accordance with the terms of this Agreement;
NOW, THEREFORE, for the mutual promises set forth herein, and for other valuable
consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto
mutually agree as follows:
1. Employment of PROFESSIONAL.
(a) CITY agrees to engage PROFESSIONAL and PROFESSIONAL hereby agrees to
perform the services described in Exhibit “A” attached hereto and incorporated herein by
reference.
(b) Notwithstanding anything to the contrary contained in this Agreement, CITY and
PROFESSIONAL agree and acknowledge that CITY is entering into this Agreement in
reliance on PROFESSIONAL’s skills, knowledge, experience, and abilities.
PROFESSIONAL accepts the relationship of trust and confidence established between it
and CITY by this Agreement. PROFESSIONAL acknowledges that PROFESSIONAL
shall be solely responsible for determining the methods for performing the services
described in Exhibit “A” attached hereto. PROFESSIONAL covenants with CITY to use
its best efforts, skill, judgment, and abilities to perform the work required by this
Agreement and to further the interests of CITY in accordance with CITY’s requirements,
in compliance with applicable national, federal, state, municipal, laws, regulations, codes,
ordinances, with those of any other body having jurisdiction. PROFESSIONAL represents,
and agrees that all of the work to be performed by PROFESSIONAL under or pursuant to
this Agreement shall be done (i) with the professional skill and care ordinarily provided by
competent engineers or architects, as the case may be, practicing under the same or similar
circumstances and applicable professional license; and (ii) as expeditiously as is prudent
considering the ordinary professional skill and care of a competent engineer or architect,
as the case may be.
209
Item 6.
(c) PROFESSIONAL will be responsible for supplying all tools and equipment
necessary for PROFESSIONAL to provide the services set forth in Exhibit “A” attached
hereto.
2. Compensation. CITY agrees to pay PROFESSIONAL the fees set forth in Exhibit “A”
attached hereto. Within fifteen (15) days of the end of the month within which services were
rendered, PROFESSIONAL shall provide the City an invoice specifying the services provided
during the previous month and the total amount owed by the City. Payment will be made by
CITY within thirty (30) days of receipt of an invoice from PROFESSIONAL.
3. Changes. CITY may, from time to time require changes in the scope of services of
PROFESSIONAL to be performed hereunder. Such changes, which are mutually agreed upon
by and between CITY and PROFESSIONAL, shall be incorporated in a written amendment to
this Agreement.
4. Services and Materials to be Furnished by CITY. CITY shall furnish PROFESSIONAL
with all available information and data PROFESSIONAL requests pertinent to the execution
of this Agreement. CITY shall cooperate with PROFESSIONAL in carrying out the work
herein and shall provide adequate staff for liaison with PROFESSIONAL.
5. Ownership of Documents. All reports, plans, specifications, computer files, and other
documents prepared by PROFESSIONAL for which PROFESSIONAL has been compensated
pursuant to this Agreement shall be the property of CITY. PROFESSIONAL will deliver to
CITY copies of the prepared documents and materials. PROFESSIONAL shall make all
documents and related data and material utilized in developing the documents available to
CITY for inspection whenever requested. PROFESSIONAL may make copies of any and all
such documents and items and retain the same for its files. PROFESSIONAL shall have no
liability for changes made to or use of the drawings, specifications, and other documents by
anyone other than PROFESSIONAL subsequent to delivery of the prepared documents and
materials. However, any such change or other use shall be sealed by the individual making the
change or use and shall be appropriately marked to reflect what was changed or modified.
6. Term and Termination of Agreement. This agreement will be for a period of
beginning on , and expiring on .
Either party may terminate this agreement at any time by providing thirty (30) days' written
notice to the other party.
7. Notices. All notices, consents, demands, requests, and other communications which may or are
required to be given hereunder shall be in writing and shall be deemed duly given if personally
delivered or sent by United States mail, registered or certified, return receipt requested, postage
prepaid, to the addresses set forth hereunder or to such other address as the other party hereto
may designate in written notice transmitted in accordance with this provision.
In the case of the City, to:
210
Item 6.
City of Sanger
Attention: John Noblitt
P.O. Box 1729
Sanger, TX 76266
And send a courtesy copy by email to:
jnoblitt@sangertexas.org
In case of Vendor, to:
And send a courtesy copy by email to:
Notwithstanding the foregoing, ordinary communications may be sent by electronic mail
to the designated representatives of the City and Vendor.
8.
9. Completeness of Contract. This Agreement and the documents incorporated herein by
specific reference contain all the terms and conditions agreed upon by the parties hereto, and
no other agreements, oral or otherwise, regarding the subject matter of this contract or any part
thereof shall have any validity or bind any of the parties hereto. If there is any conflict between
the terms of this Agreement and the documents attached hereto, the terms of this Agreement
shall control, then Exhibit A CITY’S Request for Qualifications, then Exhibit B
PROFESSIONAL’S Response to the Request for Qualifications. This Agreement may not be
subsequently modified except by a writing signed by both parties.
10. CITY Not Obligated to Third Parties. CITY shall not be obligated or liable hereunder to
any party other than PROFESSIONAL.
11. Final Decisions. Serving as a PROFESSIONAL to CITY, the PROFESSIONAL shall advise
all parties that final decisions shall be made by the City Council and/or City Manager.
12. Indemnification. PROFESSIONAL DOES HEREBY COVENANT AND CONTRACT
TO WAIVE ANY AND ALL CLAIMS, RELEASE, INDEMNIFY, AND HOLD
HARMLESS CITY, ITS CITY COUNCIL, OFFICERS, EMPLOYEES, AND AGENTS,
FROM AND AGAINST ALL LIABILITY, CAUSES OF ACTION, CLAIMS, COSTS,
DAMAGES, DEMANDS, EXPENSES, FINES, JUDGMENTS, LOSSES, PENALTIES
OR SUITS, WHICH MAY ARISE BY REASON OF DEATH OR INJURY TO
PERSONS OR PROPERTY, CAUSED BY OR RESULTING FROM THE
NEGLIGENCE, INTENTIONAL TORT, INTELLECTUAL PROPERTY
211
Item 6.
INFRINGEMENT, OR FAILURE TO PAY A SUBPROFESSIONAL OR SUPPLIER
COMMITTED BY PROFESSIONAL, ITS AGENTS, OR CONSULTANTS UNDER
CONTRACT, OR ANY OTHER ENTITY OVER WHICH PROFESSIONAL
EXERCISES CONTROL, SUBJECT TO THE LIMITATIONS IN TEXAS LOCAL
GOVERNMENT CODE § 271.904 AND TEXAS CIVIL PRACTICE AND REMEDIES
CODE, § 130.002 (b) AND PROFESSIONAL WILL, AT ITS OWN COST AND
EXPENSE, DEFEND AND PROTECT CITY AGAINST ANY AND ALL SUCH
CLAIMS AND DEMANDS.
THE INDEMNIFICATION UNDER THIS SECTION SHALL INCLUDE
REASONABLE ATTORNEYS’ FEES AND COSTS, COURT COSTS, AND
SETTLEMENT COSTS IN PROPORTION TO PROFESSIONAL’S LIABILITY.
PROFESSIONAL’S OBLIGATIONS UNDER THIS SECTION SHALL NOT BE
LIMITED TO THE LIMITS OF COVERAGE OF INSURANCE MAINTAINED OR
REQUIRED TO BE MAINTAINED BY PROFESSIONAL UNDER THIS
AGREEMENT. THIS SECTION (INDEMNIFICATION) SHALL SURVIVE THE
TERMINATION OF THIS AGREEMENT.
13. Insurance. PROFESSIONAL shall, at its own expense, purchase, maintain, and keep in force
throughout the duration of this Agreement and for a period of four (4) years thereafter the
following minimum insurance:
A. Commercial general liability insurance, including personal injury liability, blanket
contractual liability, and broad form property damage liability in an amount of not less than
$1,000,000.
B. Automobile bodily injury and property damage liability insurance with a limit of not less
than $1,000,000.
C. Statutory workers’ compensation and employers’ liability insurance as required by state
law.
D. Professional liability insurance (Errors and Omissions) with a limit of $1,000,000 per
claim/annual aggregate.
PROFESSIONAL shall provide CITY with proof of insurance required hereunder prior to
commencing work for CITY and CITY shall be named as an additional insured on the policy.
PROFESSIONAL shall provide CITY with written notice of any coverage limit change on the
insurance. Such policies shall name CITY, its officers, and employees as additional insured
and shall provide for a waiver of subrogation against CITY. PROFESSIONAL shall ensure
that all subcontractors comply with the same insurance requirements.
14. Client Objection to Personnel. If at any time after entering into this Agreement, CITY has
any reasonable objection to any of PROFESSIONAL’s personnel or any personnel,
professionals, and/or consultants retained by PROFESSIONAL, PROFESSIONAL shall
promptly propose substitutes to whom CITY has no reasonable objection, and
PROFESSIONAL’s compensation shall be equitably adjusted to reflect any difference in
PROFESSIONAL’s costs occasioned by such substitution.
212
Item 6.
15. Timeliness of Performance. PROFESSIONAL shall perform its professional services with
due and reasonable diligence consistent with sound professional practices.
16. Personnel. All of the services required hereunder will be performed by PROFESSIONAL or
under PROFESSIONAL's supervision, and all personnel engaged in the work shall be qualified
to perform such services.
17. Independent Contractor. In performing the services under this Agreement,
PROFESSIONAL is acting as an independent contractor. No term or provision hereof be
construed as making PROFESSIONAL the agent, servant, or employee of CITY or as creating
a partnership or joint venture relationship between PROFESSIONAL and CITY.
18. Assignability. The parties hereby agree that PROFESSIONAL may not assign, convey or
transfer its interest, rights, and duties in this Agreement without the prior written consent of
CITY.
19. Successors and Assigns. Subject to the provisions regarding the assignment, this Agreement
shall be binding on and inure to the benefit of the Parties to it and their respective heirs,
executors, administrators, legal representatives, successors, and assigns.
20. Governing Law/Venue. This Agreement shall be governed by and construed in accordance
with the laws of the State of Texas. The venue for any action brought to interpret or enforce
the terms of this Agreement shall lie in Denton County, Texas.
21. No Third-Party Beneficiary. For purposes of this Agreement, including its intended
operation and effect, the parties specifically agree and contract that: (1) this Agreement only
affects matters/disputes between the parties to this Agreement, and is in no way intended by
the parties to benefit or otherwise affect any third person or entity, notwithstanding the fact
that such third person or entities may be in a contractual relationship with CITY and
PROFESSIONAL, or both; and (2) the terms of this Agreement are not intended to release,
either by contract or operation of law, any third person or entity from obligations they owe to
either CITY or PROFESSIONAL.
22. Exhibits. The exhibits attached hereto are incorporated herein and made a part hereof for all
purposes.
23. Conflicts of Interest. By signature of this Agreement, PROFESSIONAL warrants to CITY
that it has made full disclosure in writing of any existing conflicts of interest or potential
conflicts of interest, including business or personal financial interests, direct or indirect, in
property abutting the proposed project and business relations with abutting property owners,
or with elected officials or employees of CITY. PROFESSIONAL further warrants that it will
make disclosure in writing of any conflicts of interest that develop subsequent to the signing
of this Agreement and prior to final payment under the Agreement. PROFESSIONAL
warrants that it has submitted to CITY a completed Conflicts of Interest Questionnaire as
required by Chapter 176 of the Texas Local Government Code.
213
Item 6.
24. Authority to Sign. The parties hereby warrant and represent that the undersigned persons have
full authority and are duly authorized to sign on behalf of their respective principals and that
such principals have duly authorized the transaction contemplated by this Agreement.
25. Counterparts. This Agreement may be executed by the parties hereto in separate counterparts,
each of which when so executed and delivered shall be an original, but all such counterparts
shall together constitute one and the same instrument. Each counterpart may consist of any
number of copies hereof each signed by less than all, but together signed by all of the parties
hereto.
214
Item 6.
IN WITNESS WHEREOF, CITY, and the PROFESSIONAL have executed this Agreement
as of the date first written above.
CITY OF , TEXAS
By:
Print Name:
Title:
Approved as to Form
________________________
Hugh Coleman
City Attorney
City of Sanger
[PROFESSIONAL’S NAME]
By:
Print Name:
Title:
215
Item 6.