Loading...
HomeMy WebLinkAboutContract 51918 FoRTWORTH PROJECT MANUAL I•oR THE CONSTRUCTION TION QF £ULTU A,L DISTRIC IWILLGERMS NATER AND SANITARY SEWER IMPROVEMENTS PART 6 — CRESTLI E RD AND RJVER DR city.Project m). 111468 Water Prikleet No. 56016 0600 430 570011101468 001780 ewer Pr+}jeet No. 56016 0700 430 57401)1#11)1468 0017H11 Betgy ?rice i0ami l Cooke Mayor C4 Manager [.'hrAophtt r Rarder, P.R, Diro,clor, Watnr Departmnt Preps red for 101/2/2018 The City of Fort Worth Water Departmentl NIP,* T' ..........i000;�*Emxmd 7 • !�#%* fl y#*p• 11 k 1190ca s Prepared by-, to'CWAL lk lk Kimley >)> Horn Texas Registered Engineering TjFrn F-928 Kt1A No_.1)61018069 OFFICIAL RSMRD CITY SECUETAM FT. WORT", TX FORTWORTH. Cityof FortVV(Drth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pagel of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 -General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work Ol 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 0132 16 Construction Progress Schedule 01 32 33 Preconstruction Video-MODIFIED 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control OI 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements Ol 6600 Product Storage and Handling Requirements 017000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 7423 Cleaning 0177 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Page 2 of3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Q Division 03 - Concrete 03 34 16 Concrete Base Material for Trench Repair Division 31 -Earthwork 31 23 16 Unclassified Excavation Q ff sion32-Exterior Improvements 2 1� Asphalt P :,,, Division 33 -Utilities 33 11 10 Ductile Iron Pipe Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: lbVs://projecipoint.buzzsaw.com/clienti fortworthgov/Resources/02%20- %2'0Construction%2ODocuments/S ecifications Division 02 -Existing Conditions 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 - Concrete 03 3000 Cast-In-Place Concrete Q 03 34 13 Controlled LowSitrenath Material CLSM Division 31 -Earthwork 31 2500 Erosion and Sediment Control Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 3 01 29 Concrete Paving Repair A 32 12 16 Asphalt Pavin oncrete avmg 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydra-Mulching, Seeding, and Sodding Division 33 -Utilities 3304 10 Joint Bonding and Electrical Isolation 33 04 11 Corrosion Control Test Stations 3304 12 Magnesium Anode Cathodic Protection System 33 0430 Temporary Water Services CITY OF FORT WORTII CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROM CT No.01468 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 33 05 17 Concrete Collars 33 05 20 Auger Boring 33 05 22 Steel Casing Pipe 33 05 23 Hand Tunneling 33 0524 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 05 26 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 1105 Bolts,Nuts, and Gaskets 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 1210 Water Services 1-inch to 2-inch 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1230 Combination Air Valve Assemblies for Potable Water Systems 33 1240 Fire Hydrants 33 1260 Standard Blow-off Valve Assembly 3339 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes Division 34-Transportation 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities FWWR General Application for Right-of-Entry FWWR Contractor Orientation Packet FWWR Flagging Request Form GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised February 2,2016 City of r®r t Worth, Texas May®r and Council Communication COUNCIL ACTION: Approved on 1/29/2019 -Ordinance No. 23542-01-2019 & Resolution No. 5034-01-2019 DATE: Tuesday, January 29, 2019 REFERENCE NO.: **C-29011 LOG NAME: 60CDWRWSSPB-CIRCLEC SUBJECT: Authorize Execution of Amendment No. 5 in the Amount of$244,300.00 to City Secretary Contract No. 48102, an Engineering Agreement with Kimley-Horn and Associates, Inc. for a Revised Contract Amount of $1,316,550.00, Authorize Execution of a Contract with William J. Schultz, Inc. dba Circle C Construction Company, in the Amount of$1,924,665.00 for Cultural DistrictlWill Rogers Water and Sanitary Sewer Improvements, Part 6—Crestline Road and River Drive, Provide for Project Costs for a Total Project Total in the Amount of$14,965,078.00, Adopt Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt and Adopt Appropriation Ordinance (COUNCIL. DISTRICTS 7 and 9) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Resolution Expressing Official Intent to Reimburse Expenditures with Proceeds of Future Debt for the Cultural District/Will Rogers Water and Sanitary Sewer Improvements Project, Part 6— Crestline Road and River Drive; 2. Adopt the attached Appropriation Ordinance increasing appropriations in the Water and Sewer Commercial Paper Fund in the amount of$2,492,498.00; and 3. Authorize the execution of a contract with William J. Schultz, Inc. dba Circle C Construction Company, in the amount of$1,924,665.00 for Cultural District/Will Rogers Water and Sanitary Sewer Improvements Project, Part 6—Crestline Road and River Drive (City Project No. 01468); and 4. Authorize the execution of Amendment No. 5 in the amount of$244,300.00 to City Secretary Contract No. 39975, for additional engineering services and construction assistance on Cultural District/Will Rogers Area Water and Sanitary Sewer Improvements Project. (City Project No. 01468). DISCUSSION: On February 9, 2010, Mayor and Council Communication (M&C C-24094) the City Council authorized an Engineering Agreement with Kimley-Horn and Associates, Inc., in the amount of$1,072,250.00 for the Cultural District/Will Rogers Area Water and Sanitary Sewer Improvements Project. The Agreement was subsequently revised by four amendments totaling $1,122,465.00 as follows: Amendment No. 1 in the amount of$46,995.00 administratively authorized on March 17, 2014, Amendment No. 2 in the amount of $261,070.00 authorized August 5, 2014 (M&C C-26903), Amendment No. 3 in the amount of$570,100.00 authorized September 20, 2016 (M&C C-27934) and Amendment No. 4 in the amount of$269,000.00 authorized August 15, 2017 (M&C C-28331). This Amendment No. 5 will provide for additional engineering services and assistance during construction of Part 6 of the Project. This Mayor and Council Communication also provides for the construction of the Cultural District/Will Rogers Water and Sanitary Sewer Improvements, Part 6—Crestline Road and River Drive. This project ' http://apps.cfwnet.org/ecouncil/printmc.asp?id=26640&print=true&DoeType=Print 1/31/2019 will allow for the replacement of the existing deteriorated 20-inch cast-iron pipe with a 24-inch ductile iron pipe to provide additional capacity and reliability of water supply as a direct feed to the Dickies Arena. This project also includes approximately 870 linear feet of replacement of the trench backfill and paving repair over an existing sanitary sewer main that was previously replaced. No additional sewer main replacement is needed for this location. The project was advertised for bid on October 18, 2018 and October 25, 2018 in the Fort Worth Star- Telegram. On November 15, 2018 the following bids were received: BIDDER AMOUNT TIME OF COMPETION William J. Schultz dba Circle C Construction $1,924,665.00 425 Calendar Days Company Jackson Construction, Ltd. $2,173,808.00 $ 0.00 Ark Contracting Services, LLC $2,371,265.00 $ 0.00 In addition to the contract cost, $227,300.00 (Water: $169,711.00, Sewer: $57,589.00) is required for project management, inspection and material testing and $96,233.00 (Water: $71,736.00, Sewer: $24,497.00) is provided for project contingency. This project is anticipated to be included in a future revenue bond issue for the Water and Sewer Fund. Available ash within the Water and Sewer portfolio and the City's portfolio along with the appropriation authority authorized under the Callable Commercial Paper Program (CP) will be used to provide interim financing for this project until debt is issued. To the extent resources other than the Water and Sewer portfolio are used to provide interim financing, the Water and Sewer Fund will be charged interest that is equivalent to the overall rate of return being earned by the City portfolio (currently approximately one- percent annually). Should the City's portfolio not support the liquidity needed to provide an interim short- term financing source, another funding source will be required, which could mean issuance of securities under the CP Program or earlier issuance of Water and Sewer revenue bonds than is currently planned. Once debt associated with this project is sold, bond proceeds will be used to reimburse the Water and Sewer portfolio and the City's portfolio in accordance with the attached Reimbursement Resolution. The City Council adopted the Water Department's Fiscal Year 2018-2022 Five Year Capital Improvement Plan on September 26, 2017. This City Council adopted plan includes this specific project, with funding identified through the CP program to be reimbursed with future revenue bonds. In accordance with the provisions of the Financial Management Policy Statement, Staff anticipates presenting revenue-supported debt issuances to the City Council for consideration within the next three years. This debt must be issued within approximately three years to provide reimbursement for these expenses. If that does not occur, the costs will no longer be reimbursable by issuing tax-exempt debt and the funding source will have to be made whole through budgetary methods. Adoption of this resolution does not obligate the City to sell bonds, but preserves the ability to reimburse the City from tax-exempt bond proceeds. Construction for Part 6, is anticipated to commence in February, 2019 and be completed by May, 2020. This project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. This project will have no impact on the Water Department's Operating Budget when complete. M/WBE Office —William J. Schultz, Inc., dba Circle C Construction Company, is in compliance with the City's BDE Ordinance by committing to zero percent MBE participation on this project. William J. Schultz, Inc., dba Circle C Construction Company identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or submit the lowest bids. The City's MBE goal on this project is 10 percent. The project is located in COUNCIL DISTRICTS 7 AND 9. http://apps.cfwnet.org/ecouncil/printme.asp?id=26640&print—true&DocType=Print 1/31/2019 FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the Water &Sewer Commercial Paper Fund for the Cultural District/Will Rogers Water and Sanitary Sewer Improvements Project, Part 6—Crestline Road and River Drive Project. The Water and Sewer Commercial Paper Fund includes authority of $150,000,000.00 for the purpose of providing interim funding for Water and Sewer Capital Projects. After this transfer, the balance will be $95,365,632.00 for future capital projects. Funding for the Cultural District/Will Rogers Wafer and Sanitary Sewer Improvements, Crestline Road and River Drive, project is as depicted below: FUND Existing Additional Project Total* Appropriations Appropriations Water Capital Fund 59601 $6,794,511.00 $0.00 $6,794,511.00 Sewer Capital Fund - Legacy $3,210,652.00 $0.00 $3,210,652.00 59607 Water & Sewer 2015A Bond Fund 56007 $1,7721417.00 $0.00 $1,772,417.00 Water & Sewer 2017A Bond $695,000.00 $0.00 $695,000.00 Fund 56011 Water& Sewer Commercial 498.00 Paper Fund 56016 $0.00 $2,492,498.00 $2,492, Project Total $12,472,580.00 $2,492,498 0 $14,965,078.00 * Numbers rounded for presentation. FUND IDENTIFIERS (FIDS): TO Fund Department ccoun Project Program ctivity E3udget Reference # Amount !D ID Year Chartfield 2 FROM Fund Department Accoun Project Program ctivity Budget Reference # Amoun ID ID Year (Chartfield 2) CERTIFICATIONS: Submitted for Ci Manager's Office by: Jay Chapa (5804) Originating Department Head: Chris Harder (5020) Additional Information Contact: John Kasavich (8480) ATTACHMENTS 1. 60CDWRWSSP6-CIRCLEC 1295 Circle C 2018-427694 Redacted. df (Public) 2. 60CDWRWSSP6-CIRCLEC 1295-KHA 2018-430738 Redacted. df (Public) 3. 60CDWRWSSP6-CIRCLEC Circle C SAM_pdf (CFW Internal) 4. 60CDWRWSSP6-CIRCLEC Compliance Memo- Circle C.pdf (CFW Internal) 5. 60CDWRWSSP6-CIRCLEC Compliance Memo- KHA.pdf (CFW Internal) 6. 60CDWRWSSP6-CIRCLEC FID Table (22) (Dan) Revised.pdf (CFW Internal) lattp://apps.cfwnet.org/ecouncil/printmc.asp?id=26640&print=true&DoeType=Print 1/31/2019 7. 60CDWRWSSP6-CIRCLEC KHA SAM.pdf (CFW Internal) 8. 60CDWRWSSP6-CIRCLEC Map.pdf (Public) 9. 600DWRWSSP6-CIRCLEC- REIMB RESOLUTION.docx (Public) 10. 60CDWRWSSP6-CIRCLEC 56016 AO19Rey.docx (Public) http://apps.cfwnet.org/ecouncil/Printmc.asp?id=26640&print=true&DoeType=Print 1/31/2019 000510-1 MAYOR AND COUNCIL COMMUNICATION(M&C) Page 1 of 1 1 SECTION 00 0510 2 MAYOR AND COUNCIL COMMUNICATION(M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. M&C insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OP FORT WORTH CULTURAL DISTRICT PT 6—CRE STLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 ADDENDUM NO. 1 CITY OF FORT WORTH WATER DEPARTMENT CULTURAL DISTRICTIWILLROGERS WATE RAND SANTIARY SEWER IMPROVEMENTS PART 6—CRE STLINE RD AND RIVER DR City Project No.01468 Addendum No. 1.Issue Date: October 30,2018 Bid Receipt Date(revised):November 15,2018 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. SPECIFICATIONS Specification 00 00 00—Table of Contents o DELETE 32 12 16Asphalt Paving from Technical Specifications which have been modified by the Engineer. o INSERT 32 1216Asphalt Paving in Technical Specifications which are included by reference. o DELETE 03 3416 Concrete Base Material for Tench Repair from Technical Specifications which are included by reference. o INSERT 03 3416Coneme Base Material for Trench Repair in Technical Specifications which have been modified by the Engineer, * Specification 00 11 13—Instructions to Bidders o The revised Bid Receipt Date shall be November I 5,2418. o The revised Prebid Conference Date shall be November 5,2018 at the same time and location. i * Specification 00 42 43--Proposal Form o The proposal form is hereby replaced with the proposal form attached to this document. * Specification 03 34 16--Concrete Base Material for Trench Repair o INSERT the modified specification into the Project Manual as attached. ADDENDUM NO. 1 ADDENDUM NO.1 CONSTRUCTION PLANS COVER SHE,ET—DELETE Cover Sheet and REPLACE with fully signed Cover Sheet as attached. • SHEET 32--DELETE Sheet 32 and REPLACE with Sheet 32A as attached. All other provisions of the contract documents,plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Christopher Harder,P.E. RECEIPT ACKNOWLEDGED: Director,Water Depax n # By: By: Tony Sholola, .E. Company: Senior Capital Projects Officer Water Department ADDENDUM NO. 1 • 'r ADDENDUM NO. 2 CITY OF FORT WORTH WATER DEPARTMENT CULTURAL DISTRICT/WILL ROGERS WATER AND SANTIARY SEWER IMPROVEMENTS PART 6—CRE STLINE RD AND RIVER DR City Project No. 01468 Addendum No.2. Issue Date: November 9,2018 Bid Receipt Date(revised): November 15,2018 This addendum forms part of the contract documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside). Note receipt of the Addendum in the Bid Proposal and on the outer envelope of your bid. CLARIFICATIONS CONTRACTOR QUESTIONS Below is a summary of significant or repetitive questions received: • It is unclear where concrete base material should be installed and where it is subsidiary to other bid items. o Concrete base material shall only be required above existing or proposed pipe trenches in accordance with Detail A132. o Asphalt pavement repair outside of trench limits shall not require concrete base material in accordance with Detail B132. o Concrete base material shall be subsidiary to proposed Ductile Iron Pipe installation in accordance with revised Section 03 3416. o Concrete base material shall be paid for by the linear foot for existing sanitary sewer trench rehabilitation in accordance with revised Section 03 34.16. The minimum trench width is 5'. SPECIFICATIONS • Specification 00 42 43—Proposal Form o The proposal form is hereby replaced with the proposal form attached to this document. CONSTRUCTION PLANS • SHEET 29—DELETE Sheet 29 and REPLACE with Sheet 29A as attached. • SHEET 30—DELETE Sheet 30 and REPLACE with Sheet 30A as attached. • SHEET 31--DELETE Sheet 31 and REPLACE with Sheet 31A as attached. • SHEET 32--DELETE Sheet 32A and REPLACE with Sheet 32B as attached. ADDENDUM NO.2 ADDENDUM NO.2 s All other provisions of the contract documents,plans and specifications shall remain unchanged. Failure to return a signed copy of the addendum with the Proposal shall be grounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Proposal at the time of bid submittal. Christopher Harder,P.E. RECEIPT�AC AIOWLEDGED: Director,Water Department Tony Sholola,P.E. Company-, <!�e'�x LRB4-a n Senior Capital Projects Officer Water Department ADDENDUM NO.2 00 11 13-1 INVITATION TO BIDDERS Page 1 of 1 SECTION 00 1.113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of 6 7 CULTiJRA ,DISTRICT/WILL ROGERS WATER AND SANITARY SEWER 8 IMPROVEMENTS PART 6—CRESTLINE RD AND RIVER DR 9 10 will be received by the City of Fort Worth Purchasing Office: 11 12 City of Fort Worth 13 Purchasing Division 14 1000 Throckmorton Street 15 Fort Worth, Texas 76102 16 until 1:30 P.M. CST,Thursday, NOVEMBER 15,2018, and bids will be opened publicly and 17 read aloud at 2:0.0 PM CST in the Council Chambers. 18 19 GENERAL DESCRIPTION OF WORK 20 The major work will consist of the(approximate)following: 21 22 • —2,100 LF of 24-Inch Water Line by Open Cut 23 a —110 LF of 42-Inch Steel Casing Pipe with 24-Inch Carrier Pipe by Other than Open Cut 24 . —200 LF of 6-Inch Water Line by Open Cut 25 • Removal of approximately 1,800 CY of existing trench backfill and replacement with 26 Cement Stabilized Sand 27 a Removal and Replacement of approximately 6,200 SY of 2" Type D asphalt pavement 28 29 PREQUALIFICATION 30 The improvements included in this project must be performed by a contractor who is pre- 31 qualified by the City at the time of bid opening. The procedures for qualification and pre- 32 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 33 34 DOCUMENT EXAMINATION AND PROCUREMENTS 35 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 36 of Port Worth's Purchasing Division website at bq://www.fortworthtexas.ggy/purchasiLny-Z and 37 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 38 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 39 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 40 Parties Form 1295 and the form must be submitted to the Project Manager before the 41 contract will be presented to the City Council. The form can be obtained at 42 httns://www.ethics.state.tx.us/tec/1295-Info.htm . 43 44 CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 22,2016 001113-1 INVITATION TO BIDDERS Paget oft 1 Copies of the Bidding and Contract Documents may be purchased from 2 3 Kimley-Horn and Associates, Inc. 4 801 Cherry St., Suite 1300,Unit 11 5 Fort Worth, TX 76102 6 Attn: Josh Kercho, P.E. 7 Phone Number: 817-335-6511 8 E-Mail Address:josh.kercho@_kimley-horn.com 9 10 The cost of Bidding and Contract Documents is: 11 Set of Bidding and Contract Documents with full size drawings: $100.00 12 13 PREBID CONFERENCE 14 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 15 BIDDERS at the following location, date, and time: 16 DATE: NOVEMBER 5, 2018 17 TIME: 10:00 AM, CST 18 PLACE: 311 W. 101' Street 19 Fort Worth, Texas 76102 20 LOCATION: Water Engineering Office 21 22 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 23 City reserves the right to waive irregularities and to accept or reject bids. 24 25 INQUIRIES 26 All inquiries relative to this procurement should be addressed to the following: 27 Attn: John Kasavich,P.E., City of Fort Worth 28 Email: john.kasavich@fortworthtexas.gov 29 Phone: 817-392-8480 30 AND/OR 31 Attn: Josh Kercho, P.E.,Kimley-Horn and Associates, Inc. 32 Email: josh.kercho@kimley-horn.com 33 Phone: (817)335-6511 34 35 36 ADVERTISEMENT DATES 37 38 OCTOBER 18, 2018 39 OCTOBER 25, 2018 40 41 END OF SECTION CITY OF FORT WORTH CUL TUBAL,DISTRICT PT 6—CREs'rL1NE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 22,2016 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.J.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.L A1I Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified(even if inadvertently opened) shall not be considered. Prequalibcation 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 Mips://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocumcnts/Contractor%20PMualification/TPW%2OPaving 42 %20Contractor%2GPregualification%2OProgram/PREQI ALIFICATION%2OREQ 43 UIREWNTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Water and Sanitary Sewer—Requirements document located at; 46 h sal ro'ec Voint.buzzsaw.com/fortworthgov/Resources/02`/`20- 47 %20Construction%2ODocuments/Contractor%2OPrgqualifica.tion/Water%2Oand%2 48 OSani nary%20Sewer%2OContractor%2OPrequalification%2OProaram/WSS%20pre 49 -ual%20requirements.doc?public CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICA'11ON DOCUMENTS CITY PROJECT No.01468 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 2 3 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 4 seven(7) calendar days prior to Bid opening, the documentation identified in Section 00 5 45 11, BIDDERS PREQUALIFICATIONS. 6 7 3.2.1. Submission of and/or questions related to prequalification should be addressed to 8 the City contact as provided in Paragraph 6.1. 9 I0 11 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 12 bidder(s) for a project to submit such additional information as the City, in its sole 13 discretion may require, including but not limited to manpower and equipment records, 14 information about key personnel to be assigned to the project, and construction schedule, 15 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 16 deliver a quality product and successfully complete projects for the amount bid within 17 the stipulated time frame. Based upon the City's assessment of the submitted 18 information, a recommendation regarding the award of a contract will be made to the 19 City Council. Failure to submit the additional information, if requested, may be grounds 20 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 21 notified in writing of a recommendation to the City Council. 22 23 3.4.In addition to prequalification, additional requirements for qualification may be required 24 within various sections of the Contract Documents. 25 26 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 27 28 4.1.Before submitting a Bid, each Bidder shall: 29 30 4.1.1. Examine and carefully study the Contract Documents and other related data 31 identified in the Bidding Documents (including "technical data" referred to in 32 Paragraph 4.2,below). No information given by City or any representative of the 33 City other than that contained in the Contract Documents and officially 34 promulgated addenda thereto, shall be binding upon the City. 35 36 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 37 site conditions that may affect cost, progress, performance or furnishing of the 38 Work. 39 40 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 41 progress, performance or furnishing of the Work. 42 43 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 44 contiguous to the Site and all drawings of physical conditions relating to existing 45 surface or subsurface structures at the Site(except Underground Facilities)that 46 have been identified in the Contract Documents as containing reliable "technical 47 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 48 at the Site that have been identified in the Contract Documents as containing 49 reliable "technical data." 50 CITY OF PORT WORTH CULTURAL DISTRICT PT 6—CRESTLINF RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page of 1 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents.No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.6. Perform independent research, investigations, tests, borings, and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request, City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations, tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations,tests and studies. 17 18 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation, research, tests, explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation, examinations and tests herein required. Claims 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.8. Promptly notify City of all conflicts, errors,ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00---,Supplementary Conditions for identification of- 36 £36 37 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. those drawings of physical conditions in or relating to existing surface and 44 subsurface structures (except Underground Facilities)which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVE R DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents, but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data, interpretations, opinions or information. 8 9 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means,methods, techniques, sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents, (iii)that Bidder has given City written notice of all 15 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 23 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed, rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional Iands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 40 of-way, easements, and/or permits are not obtained,the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way, easements, and/or permits, and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 CITY OF PORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01469 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6. 1(nterpretations and Addenda 2 3 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 4 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 5 received after this day may not be responded to. Interpretations or clarifications 6 considered necessary by City in response to such questions will be issued by Addenda 7 delivered to all parties recorded by City as having received the Bidding Documents. 8 Only questions answered by formal written Addenda will be binding. Oral and other 9 interpretations or clarifications will be without IegaI effect. 10 11 Address questions to: 12 13 City of Fort Worth 14 200 Texas Street 15 Fort Worth, TX 76102 16 Attn: John Kasavich, P.E., Water Department 17 Email:john.kasavich@fortworthtexas.gov 18 Phone: 817-392-8480 19 20 21 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 22 City. 23 24 6.3.Addenda or clarifications may be posted via Buzzsaw at 25 26 httPs://Projectlaoint.buzzsaw coW ortworthgov/Infrastructure%20Proiects/01468%20- 27 %20Part%206Vo20-%2OCultural%2ODistrictIBid%2ODoeumentsYo2OPacka e? ublic 28 29 or by pathing to fortworthg_ov> Infrastructure Projcets> 01468—Part 6—Cultural 30 District>Bid Documents Package 31 32 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 33 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 34 Project. Bidders are encouraged to attend and participate in the conference. City will 35 transmit to all prospective Bidders of record such Addenda as City considers necessary 36 in response to questions arising at the conference. Oral statements may not be relied 37 upon and will not be binding or legally effective. 38 39 7. Bid Security 40 41 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 42 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 43 the requirements of Paragraphs 5.01 of the General Conditions. 44 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised August 21,2015 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which,Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.0513, and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1, In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF PORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Pagel of 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words 'No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 129. The Bid shall contain an acknowledgement of receipt of aII Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED"on the face of it. 50 CITY OF FORT WORTH CULTURAL,DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0 146 8 Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid rcceipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders,Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FOR1'WORTII CULTURAL DISTRICT PT 6—CRESTLrNE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised Augu st 21,2015 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shaII perform with his own organization, work of a value not Iess than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT No.01468 Revised August 21,2015 003613 4 SID FORM Page 10 of 10 SECTION 00 36 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent(hereinafter referred to as "You")to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement(the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. htto://www.ethics.state.tx.usiformsa!2.12df htfn://www.ethics.state.tx.ustforms/CIS.t) 0 CIQ Form does not apply 0 CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary 0 CIS Form does not apply U CIS Form is on File with City Secretary © CIS Form is being provided to the City Secretary BIDDER: William J Schultz Inc dba Circle C Construction Camp By: Teresa S Skelly PO Box 4038 Signature: Fort Worth, Texas 76140 Title: Preside END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR Form Revised 20171109 CITY PROJECT No.01468 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: CULTURAL DISTRICT/WILL ROGERS WATER AND SANITARY SEWER IMPROVEMENTS PART 6- CRESTLINE RD AND RIVER DR City Project No.: 01468 Units/Sections: UNIT I: WATER LINE IMPROVEMENTS UNIT II: SANITARY SEWER IMPROVEMENTS 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph.- a. aragraph:a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City (b)to establish Bid prices at artificial non-competitive levels, or(c) to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR Form Revised 20150821 CITY PROJECT No.01468 0041 00 BID FORM Page 2 of 3 d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Transmission, Urban/Renewal, All Sizes b. Auger Boring-24-Inch diameter casing and greater c. Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) d. NIA 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 425 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{andlor achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms(optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CULTURAL DISTRICT HT 6—CRESTLINE RD AND RIVER DR Form Revised 20150821 CITY PROJECT No.01468 00 41 00 BID FORM Page 3 of 10 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid $1,924,666.00 7. Bid Submittal This Bid is submitted on 11/15/18 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial _rte followingAddenda: By: Addendum No. 1: TSS (Signature Addendum No.2: TSS Addendum No. 3: Teresa S Skelly JAddendum No.4: (Printed Name) Title: President Company: William J Schultz Inc dba Circle C Construction Comps Corporate Seal: Address: PO Box 4038 Fort Worth, Texas 76140 State of Incorporation: Texas Email: t_skellll ftirclecconstrcction.com Phone: 817-293-1863 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR Form Revised 20150821 CITY PROJECT No.01468 00 42 43 BID PROPOSAL. Page I of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity UNIT I:WATER LINE IMPROVEMENTS 1 3311.0651 24"DIP Water 3311 10 LF 86 $150.00 $12 900.00 2 3311.0652 24"DIP Water, CSS Backfill 33 11 10 LF 1027 $300.00 $308,100.00 3 331,1.065u4._.24"DIP Water(Restrained Joints) Nil 10 LF170 $180 00 $30,600.00 4 3311.0655 24"DIP Water,CSS Backfill(Restrained 33 11 10 LF 847 _.. Joints) _ $350.00 _$296,450.00 5 33_05.2007 24"Water Carrier Pipe(Ductile Iron) 33 05 24 LF 126 $250.00 $31,500.00 6 9999.0000 20"DIP Water(Restrained Joints) 33 11 10 LF 27 $140.00 $3,780.00 - m-_....__.-__ - - - 7 3305 1107 42"Casing By Other Than Open Cut 33 05 22 LF 126 _ $650.00 $81,900.00 _ 3311.0141 6"Water Pipe 3311 10, 8 331112 LF 205 $85.00 $17,425.00 _.. ..._...._.3310_ __1__..---__......___ m_�______..._._.__- ___. ._.. _..__-.__. _. -___ .. ____.. _--_ -0____.._.. . 9 3305.0109 Trench Safety 33 05 10 LF 2157 $1.00 $2,157.00 __. _... _. _...__. .__ ___......_ _ ..__._.._....._.... ___..._ _... ._...__ _______ -._.________ .___ --- 10 3312.3008 24"Gate Valve wl Vault 33 12 20 EA 1 $30,000.00 $30,000.00 --------- . .__.. ........�_....._._..____......_. __..__._ __------------------ .._.._..._.__ ......______.._._.____......_._ ___.___...._. _ _--- --....._ ..____._.._...__ _ 11 3312.3007 20"Gate Valve wl Vault 33 12 20 EA 1 00 $25,000.00 $25,000.00 12 3312.3002 6"Gate Valve 33 12 20 EA 2 $1,500.00 $3,000.00 13 3312.0112 Connection to Existing 48"Water Main 33 12 25 EA 1 $25,000.00 $25,000.00 14 3312.0108 Connection to Existing 24"Water Main 331225 EA 1 $10,000.00 $10,000.00 _.. ..___._._ _._ _ __._...__....__._.....___....._...__.__..__....___.__ _ ...-..__._..._.. ..... _.._._..._.._.____..�..-....._ ._.__.._ _._..........__._._- 15 3312.0107 Connection to Existing 20"Water Main 331225 EA 1 $10,000.00 $10,000.00 _._...._ ..__.._. _._...._.. __..._ -......__ ..._..._.___...... ........ ...... ............ _...______._._......_ _....__._.___._..___.._ 163312.0001 Fire Hydrant 33 12 40 EA 1 $3,800.00 $3,800.00 _._ _ ....... ...... ....._-.......-...__.--.___.....-.-_.____._._..... 173312.6003 8"Blow Off Valve 331260 EA 1 $15,000.00 $15,000.00 _...__.__....._...._._W...___._.__. ._....___ .._....._... _......................___..__...__...... ....__..._._..._..._ __._.-...._..._.._._.. __........-_._._.__._ ....__....__._.... 18 3312.1003 3"Combination Air Valve Assembly for 331230 EA 2 $20,000.00 $40,000.00 ...._. ..._ _a.. .n._.._..._.�,.._. .. ....um_.___.___a_ .._...__........_ _____--_..-. ......_ _. __. _.-......_....__._._.......___ 19 3312.2001 1 Water Service, Meter Reconnection 33 12 10 EA 1 $1,200.00 $1,200.00 20 3312.2003 1"Water Service 33 12 10 EA 1 $800.00 $800.00 21 3312 2101 1112 Water Service, Meter Reconnection 33 12 10 EA 1 $1 500 00 _ $17500-00 22 3312.2103 1 1l2"Water Service 331210 EA 1 $900.00 $900.00 23 3304.0101 Temporary Water 1.Services 330,4 30 LS 1 $15,000 00 $15 000.00 24 3311 0001 Ductile Iron Water Fittin s wl Restraint 3311 11 TON 11 $8.500.00 $93,5q9,99 25 3305.0703 Exploratory Excavation of Existing Utilities 33105 30 EA 4 $1 500 00 $6 Oao:Oo 26 0241 1001 Water Line Grouting 0241 14 CY 160 $150.00 $24,000.00 27 0241.1018 Remove 20"Water Line 02 41„'I4..... LF 23 $50.00 $1,150.00 ...,._._.___..._.._... _.___._......_.._. ..._._._.,___... .__._.._..__._..... _.. 28 0241.1353 Salvage 20"Water Valve 0241 14 EA 1 $500.00 $500.00 _.....__._ _�-........................._-.__.--__-----------.-._._..--. _......._..__... ... _..__.. .._.,.... _...._............. 1. 290241.1302 Remove 6"Water Valve 024114 EA 1 $150.00 $150.00 _._.._..._.._........._.__... __. ..-.__.---._.-.._._. .. .. ........_._.-._.-.-.-....--..__..._.. _...._._._ ._..._.__.........__......__......._....__ .............. 30 0241.1510 Salvage Fire Hydrant 02 41 14 EA 1 $600.00 $600.00 __...,._._ _._._._ __,....__._ . _ .............. __.__.___..____..._.._....._.__._... .d..._ __ 31 0241.1517 Salvage 6"Water Meter 0241 14 EA 1 $600.00 $600.00 32 0241.1506 2"Surface Milling 02 41 15 SY 4057 $8.00 $32,456.00 . _ _ __. ..............______.__.._ .._......._._._._._. ...... ...__._._..____._._.__....._....____...._........_......_. 33 3212.0302 2"Asphalt Pvmt Type D 321216 SY 4057 $25.00 $101,425.00 _._....__.,__......_..___... . .__.__.._.__.._... ._. __. _.____. _.._._._._...___._._..__._.______....__._.. ._.__._.__.__.__._.__._-- " _ 34 3201.0614 Conc.Pvmt Repair, Residential 320129 SY 24 $125.00 $3,000.00 _ _ _____.._., --. .._.__L---.--,-,-,...._.___.W_,.. .___._._. _. __.,.._.,.__...__.___..._............._..._.___.__....._.__.__.__._.___._---____. 35 3216.0101 6"Conc Curb and Gutter 32161.3 LF 233 $35.00 $8,155.00 .. .__..__. _ ...__..._... _.__..._.._._._._.....__._____._._._._ 36 3213.0301 4"Conc Sidewalk 32 13 20 SF 19-----------_ ____. __.._... ____._.,_......_._ _ ._,_......_.... 37 3201.0400 Temporary Asphalt Paving Repair 3201 18 LF 55 $25.00 $1,375.00 38 3291 0100 Topsoil_.__. 3291 19 CY 363 $15.0 39 3292 0100 Block Sad Placement 32 92 13 SY 6521 $"Q,__,- „$52,168 00 40 3292 0500 Seeding,Soil Retention Blanket 32 92 13 SY 389 $30.00 41 3304.0002 Cathodic Protection 33 04 12 LS 1 $15,000.00 $15,000.00 ._______.--_..------__ _- - 42 3125.0101 SWPPP ?1 acre 31 2500 LS 1 $5 000.00 $5000.00 43 0135 0101 Railroad Coordination 01 3513 LS 1 $15,000.00 $15 OOO.DO 44 0135.0102 Railroad Flagmen 01 35 13 WD 20 $1,500.00 $30,000.00 45 0171.0101 Construction Staking 01 71 23 LS 1 $5,000.00 $5,000.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CULTURAL DISTRICT PT 6-CRESTLINE RD AND RIVER DR F*-Revised 20120120 ADDENDUM No.2 CITY PROJECT No.01469 00 42 43 BID PROPOSAL Pare 2 of 2 SECTION 00 42 43 PROPOSALFORM BMT PRICE BI® Bidder's Application Project Item Information Bidders Proposal Bidiist Item Specification Unit of Bid Description Unit Price Bid Value No. Section No. Measure Quantity 46 0171.0102 As-Built Survey 01 71 23 LS 1 $5,000.00 $5,000.00 47 3305.0110 Utility Markers 33 05 26 LS 1 $300.00 $300.00 48 3471.0001 Traffic Control 3471 13 MO �9� � � �._.._ � �5�._..... _.� $2,500.00 $22,500.00 Subtotal Unit I:Water Line Improvements $1,434,716.00 UNIT II: SANITARY SEWER IMPROVEMENTS 1 3305.0202 Imparted Embedment/Backfill, CSS 33 05 10 CY 1483 $150.00 $222,450.00 2 3123.0101 Unclassified Excavation by Plan 312316 CY 1483 $45.00 $66,735.00 3 3305 0109 Trench Safety 33 05 10 LF 87Q _ $5.00 $4 350 00 �..__.. __-.-_ __�� ���_. ..�___ __ _.�__.____._m_�__—_ 4 0241 1506 2"Surface Milling 024116 SY 2558 $8 00 $20 464.00 _ _.-.-._ _ _. _ _��.�.�.�__.�.�_... m _.�.�_�_._._.� _� .........___ .. ..... __ ___ __ 5 3212.0302 2"Asphalt Pvmt Type D 32 12 16 ,SY 2558 $25.00 $63,950.00 6 3305.0112 Concrete Collar 330517 EA 4 $450.00, $1 800.00 7 3201.0400 Temporary Asphalt Paving Repair(2" 3201 18 LF 870 _.�...� r.. _HMAC18"FlexibleBase ._e._ _ r.. _ __m...._...___ ..__. .. .. W__..$25.00 _$21,750.00 8 3125.010i SWPPP z 1 acre 31 2500 LS 1 $5,000.00 $5,000.00 _ ...� __'.-.____. ._..._ �.. . ..__..m- _ -. _._ _. .___ _ L-"S- ...W. -.-...___._.� _.�._._.__._._ ._ �. __._. 9 0171.0101 Construction 5faking 01 71 23 LS 1 $1,000.00 $1,000.00 10 0171.0102 As-Built Survey 01 7123 LS 1 $1,000.00 $1,000.00 _.._a...wa ._ ...._._._...._.._ _.. ...m...m_r ._m... , ........ _ .. 11 3471.0001 Traffic Control 34 71 13 .._.. .._.MO .. ... _ _ .. ............._.�..0..00 .............�..7, $2,500.00 $7,500.00 12 9999.0001 Concrete Base Material for Trench Repair 03 34 16 LF 870 $85.00 $73,950.00 Subtotal Unit It:Sanitary Sewer Improvementsl Improvements $499,949.00 Total Bid(Units I&II):1 $1,924,665.00 END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CULTURAL,DISTRICT PT 6—CRESTLINE RD AND RIVER DR Form Revised 20120120 ADDENDUM No.2 CITY PROTECT No.01468 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 8 of 10 SECTIO!00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas)bid projects for construction, Improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box In Section B. A. Nonresident bidders in the State of i State Herc, R?r Blapik , our principal place of business, are required to be ,t Mere percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of wi* Piero or Blank ,our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas.ra BIDDER: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly Company PO Box 4038 (Signature) Fort Worth,Texas 76140 Title: President Date: 1- /S END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR Form Revised 20110627 CITY PROJECT No.01468 0045 11-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) Iisted with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The Prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven(7) days prior I2 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet I8 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation,Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements.Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 0045 11 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited Iiability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital(working capital= current assets—current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"NIA"should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a Ietter as to the status of the prequalification approval. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTI.INE RD AND RIVER DR STANDAI?T]CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0 146 8 Revised July 1,2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 S END OF SECTION 9 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT No.01468 Revised July 1,2011 004612 BID FORM Page 9 of 10 SECTION 00 4512 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s)listed. Major Work Type Contractor/Subcontractor Company Name Prequallfication Expiration Date Water Transmission, Circle C Construction 4/30/2019 Urban/Renewal,All Sizes Auger Boring -24-Inch Circle C Construction 4/30/2019 diameter casing and greater Asphalt Paving Construction/Reconstruction Circle C Construction 4/30/2019 (LESS THAN 15,000 square yards) NIA Company Name Hen; nr space Data Here or s$: The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequallged for the work types listed. BIDDER: William J Schultz Inc dba Circle C Construction By: Teresa S Skelly Company PO Box 4038 (Sig ) Fort Worth,Texas 78140 Title: President Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR Form Revised 20120120 CITY PROJECT No.01468 FoRTWORTH SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: `BIDDER PREQUALIFICATION APPLICATION" 0045 13-2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable Block 3 is to be left blank if Block 1 and/or Block 2 is checked) F] Has fewer than 100 employees and/or F] Has less than$6,000,000.00 in annual gross receipts OR F] Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring- 24-inch diameter casing and less Augur Boring- Greater than 24-inch diameter casing and greater Tunneling--36-Inches-- 60—inches, and 350 LF or less Tunneling-36-Inches-- 60---inches, and greater than 350 LF Tunneling--66"and greater, 350 LF and greater Tunneling--66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission,Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches---36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRCSTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0 146 8 Revised December 20,2012 004513-3 BIDDER PREQUALIFICATION APPLICA'T'ION Page 3 of 8 MAJOR WORK CATEGORIES,,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP,All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT No,01468 Revised December 20,2012 0045 13-4 BIDDER PtEQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so, where and wily? 6.IIas any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF PORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT No.01468 Revised December 20,2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of& 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT I MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF PORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVED DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 0045 13-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of S CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners (if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers (with titles, if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your farm unless otherwise advised. Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other Iegal documentation which grants this authority. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No,01468 Revised December 20,2012 0045 13-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SHEET ITEM QUANTITY ITEM DESCRIPTION VALUE 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various- TOTAL Similar types of equipment may be Iumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OT FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 0045 13-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALZFICATI<ON AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force,necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH CULTURAL DISTRICT PT G--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 01468. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: /- A w c1 cS,-/1../>Yc Zic &9a 12 Cira� C'Co��fi�a��or! LDmi�yBy: c!/ I",!cSA �•�d l�c� 13 Company / (Please Print) 14 �� 01. 15 Signature: 16 Address 17 ,, � 18 Orr L✓g��, t Ili /�� Title: /0,,ri`c�iry 19 City/State/Zip (Please Print) 20 21 ---,�— -�------— 22 THE STATE OF TEXAS ':PRY p�e�-l1 IICHELE S,LANKFORD '_. o Iv'otnry Public 23 ='"' STATE OF TEXAS i 24 COUNTY OF TARRANT § �9T��fs�+?gMY mAs i9 F_ 25 „< � 26 BEFORE ME,the undersigned authority, on this day personally appeared 27 Tits 4 J'S.Er/ly , known to me to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of �i.s'�'c✓a�1` for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1/0 day of 33 ,eZ-elr, 20/8 34 35 367 37 Notary Public in and for the State of as 38 39 END OF SECTION 40 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 004544-1 Minority Business Enterprise Specifications Page I of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. ll 12 MSE PROJECT GOALS 13 The City's MBE goal on this project is 10% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 24 3. Good Faith Effort documentation, or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. TliI 7 OFlerewshfilI 30 &ieliVe;r Zhu MBE i1m,11mulitatiotl in pvi-loll to lite, ;Ipplvpriail ! employee {if the pnrch�,ising divkion alid 31 obtain� dgteltime receipt_ SuelI i111 slulll bce cvidee lce hint [lig: City rec:civc:d the doc tj mu ri(0 1 o Pr in thu 32 time allocated. A faxed and/or emailed copy will not be accepted. 33 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH CULTURAL.DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised June 9,20I5 004540-2 Minority Business Enterprise Specifications Page2 of2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION_WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at (817)212-2674. S END OF SECTION 9 10 11 CITY O1+FORT WOXITI CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised June 9,2015 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on Z=I/Wecj is made by and between the City of Fort 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 {"city,), and William J. Schultz, Inc. dba Circle C Construction Company, authorized to do 6 business in Texas,acting by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: 8 Article 1.WORK 9 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 10 Project identified herein. 11 Article 2.PROJECT 12 The project for which the Work under the Contract Documents may be the whole or only a part is 13 generally described as follows: 14 CULTURAL DISTRICT/WILL ROGERS WATER AND SANITARY SEWER IMPROVEMENTS — 15 PART 6—CRESTLINE RD AND RIVER DR 16 CITY PROJECT NO.01465 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount in current funds of One Million, Nine Hundred Twenty-Four Thousand, 20 Six Hundred Sixty-Five and No/100 ($1,924,665.00). 21 22 Article 3. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 425 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 27 4.2 Liquidated damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof , Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City six hundred twenty-five Dollars 35 ($625.00) for each day that expires after the time specified in Paragraph 4.1 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. 37 38 39 40 41 CITY OF FORT WORTH CULTURAL DISTRICT PT 6–CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised 11.15.17 005243-2 Agreement Page 2 of 5 42 Article 5. CONTRACT DOCUMENTS 43 5.1 CONTENTS: 44 A. The Contract Documents which comprise the entire agreement between City and Contractor 45 concerning the Work consist of the following: 46 1. This Agreement. .47 2. Attachments to this Agreement: 48 a. Bid Form 49 1) Proposal Form 50 2) Vendor Compliance to State Law Non-Resident Bidder 51 3) Prequalification Statement 52 b. Current Prevailing Wage Rate Table 53 c. Insurance ACORD Form(s) 54 d. Payment Bond 55 e. Performance Bond 56 £ Maintenance Bond 57 g. Power of Attorney for the Bonds 58 h. Worker's Compensation Affidavit 59 i. MBE and/or SBE Commitment Form 60 3. General Conditions. 61 4. Supplementary Conditions. .62 5. Specifications specifically made a part of the Contract Documents by attachment 63 or, .if not attached, as incorporated by reference and described in the Table of 64 Contents of the Project's Contract Documents. 65 6. Drawings. 66 7, Addenda, 67 8. Documentation submitted by Contractor prior to Notice of Award. 68 9. The following which may be delivered or issued after the Effective Date of the 69 Agreement and, if issued,become an incorporated part of the Contract Documents: 70 a. Notice to Proceed. 71 b. Field Orders. 72 c. Change Orders. 73 d. Letter of Final Acceptance. 74 75 Article 6.INDEMNIFICATION 76 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 77 expense, the city, its officers, servants and employees, from and against any and all 78 claims arising out of, or alleged to arise out of, the work and services to be performed 79 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 80 under this contract. This indemnification provision is specifically intended to o ep rate 81 and be effective even if it is alleged or proven that all or some of the damages being 82 sou ht were caused in whole or in part, by any act omission or negligence of the city. 83 This indemnity provision is intended to include, without limitation, indemnity for 84 costs, expenses and legal fees incurred by the city in defending against such claims and 85 causes of actions. 86 87 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised 11.15.17 005243-3 Agreement Page 3 of 5 88 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 89 the city, its officers, servants and employees, from and against any and all loss, damage 90 or destruction of property of the city, arising out of, or alleged to arise out of, the work 91 and services to be performed by the contractor, its officers, agents, employees, 92 subcontractors, licensees or invitees under this contract. This indemnification provision is 93 specifically intended to operate and be effective even if it is alleged or proven that all or 94 some of the damages being sought were caused, in whole or in part, by any act, omission 95 or negligence of the city. 96 97 Article 7.MISCELLANEOUS 98 99 7.1. Terms. 100 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 101 have the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the City. 105 7.3 Successors and Assigns. 106 City and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or III unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon CITY and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. 115 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas,Fort Worth Division. 118 7.6 Authority to Sign. 119 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 120 signatory of the Contractor. 121 7.7 Prohibition On Contracts With Companies Boycotting Israel. 122 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 123 Code, the City is prohibited from entering into a contract with a company for goods or 124 services unless the contract contains a written verification from the company that it: (1) 125 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. C1TY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised 11.15.17 005243-4 Agreement Page 4 of 5 126 127 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 128 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 129 certifies that Contractor's signature provides written verification to the City that 130 Contractor: (I) does not boycott Israel, and(2) will not boycott Israel during the term of the 131 contract 132 133 7.8 Immigration Nationality Act. 134 Contractor shall verify the identity and employment eligibility of its employees who 135 perform work under this Agreement, including completing the Employment Eligibility 136 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 137 all 1-9 forms and supporting eligibility documentation for each employee who performs 138 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 139 establish appropriate procedures and controls so that so services will be performed by any 140 Contractor employee who is not legally eligible to perform such services. CONTRACTOR 141 SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, 142 LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY 143. CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, 144 OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately 145 terminate this Agreement for violations of this provision by Contractor. 146 7.9 No Third-Party Beneficiaries. 147 This Agreement gives no rights or benefits to anyone other than the City and the Contractor and 148 there are no third-party beneficiaries. 149 150 7.10 No Cause of Action Against Engineer. 151 Contractor, it subcontractors and equipment and materials suppliers on the PROJECT or their 152 sureties, shall maintain no direct action against the Engineer, its officers, employees and 153 subcontractors, for any claim arising out of, in connection with, or resulting from the 154 engineering services performed. Only the City will be the beneficiary of any undertaking by 155 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 156 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 157 in any way responsible for those duties that belong to the City and/or the City's construction 158 contractors or other entities, and do not relieve the construction contractors or any other 159 entity of their obligations, duties, and responsibilities, including, but not limited to, all 160 construction methods, means, techniques, sequences, and procedures necessary for 161 coordinating and completing all portions of the construction work in accordance with the 162 Contract Documents and any health or safety precautions required by such construction 163 work. The Engineer and its personnel have no authority to exercise any control over any 164 construction contractor or other entity or their employces in in connection with their work or 165 any health or safety precautions. 166 167 168 SIGNATURE PAGE TO FOLLOW 169 170 171 172 CITY OF FORT;WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised 11.15.17 005243-5 Agreement Page 5 of 5 173 174 IN WITNESS WHEREOF, City and Contractor have executed this Agreement to be effective as of 175 the date subscribed by the City's designated Assistant City Manager("Effective Date"). 176 177 Contractor: City of Fort Worth William J. Schultz, Inc. dba / Circle C Construction Company •�" �-» By: � Jesus J. Chapa By: /�� �, cf'cr� Assistant City Manager (Signature) � tl1 Date ( 7 �;0 R. �. Teresa S. Skelly Attest: (Printed Name) City S cretary X (Seal) ' Title: President it , Address: ' P. O. Box 40328 M&C -?-ac�l,1 500 W.Trammell Date: 011Z!1=/R Form 1295 No.IK>l S^42Tip City/State/Zip: Contract Compliance Manager: Fort Worth,Texas 76140 By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including Date ensuring all performance and reporting requirements. Jo&.l K�asa-vich, P.E. Project Manager,Water Department Approved as to Form and Legality: Mug as W. Black Assistant City Attorney 178 179 APPROVAL RECOMMENDED: 180 181 CA- 182 Chris Harder,P.E. 183 DIRECTOR, 184 Water Department 185 OFF10AL RECORD MY sY"r� OT111 r U CITY OF FORT WORTH CULTURAL DISTRICT PT 6—G E I_-INO1 PiM IZYV-.ft D STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS L ITY PROJECT NO.0146 Revised 11.15.17 006113-1 PERFORMANCE BOND Pagel oft 1 BOND NO.TXC6101633 2 SECTION 00 6113 3 PERFORMANCE BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8. 9 That we, William J Schultz, Inc. dba Circle C Construction Company, known as "Principal" 10 herein and Merchants Bonding Company(Mutual), a corporate surety(sureties, if more than one) duly 11 authorized to do business in the State of Texas,known as "Surety"herein(whether one or more), are held 12 and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of 13 Texas, known as "City"-herein, in the penal sum of One Million, Nine Hundred Twenty Four 14 Thousand, Six Hundred Sixty--Five and No/100 ($1,924.665.00), lawful money of the United States, to 15 be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, 16 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 19 _ day of3 201 ,which Contract is hereby referred to and made a part hereof 20 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 21 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said 22 Contract designated as 23 CULTURAL DISTRICT/WILL ROGERS WATER AND SANITARY SEWER IMPROVEMENTS - PART 6 — 24 CRESTLINE RD AND RIVER DR 25 CITY PROJECT NO.01468 26 NOW, THEREFORE, the condition of this obligation is such that if the said Principal shall 27 faithfully perform it obligations under the Contract and shall in.all respec&-duly and faithfully perform 28 the Work, including Change Orders, under the Contract, according to the plans, specifications, and 29 contract documents therein referred to, and as well during any period of extension of the Contract that 30 may be granted on the part of the City,then this obligation shall be and become null and void, otherwise 31 to remain in full force and effect. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised July 1,2011 006113-2 PERFORMANCE BOND Page 2 of 2 1 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant 2 County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. 3 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 4 Government Code,as amended, and all liabilities on this bond shall be determined in accordance with the 5 provisions of said statue. 6 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this 7 instrument by duly authorized agents and officers on this the_ .Zq day of 201Q 8 PRINCIPAL: 9 10 William J. Schultz.Inc. dba _ 11 Circle-C Construction Company 12 13 BY: 14 A T: 15 �bC�RI�sL Teresa S. SkellZ President 16 (Principal) Secretary,Michele Yankford Name and Title 17 18 Address:P.O.Box 40328 19 20 Fort Worth,TX 76140 21 - 22 23 Witness as to Principal 24 SURETY: 25 26 Merchantsp BaingCom an (Mutual-) 27 28 BY: A' r- —-- - - - -4_L�, ?Y&7 0�O 29 Signature 30 31 Sheryl A. Klutts.Attorney-in-Fact -^ 32 Name and Title 33 34 Address: 6700 Westown Parkway 35 36 F. West Des Moines,IA 50266 37 " 38 Witness as to.Surety,John A. Miller Telephone Number: 1-800-678-8171 39 40 41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 42, by-laws showing that this person has authority to sign such obligation. If Surety's-physical 43 address is different from its mailing address,both must be provided.The date of the bond shall 44 not be prior to the date the Contract is awarded. CITY OF FORT WORTH CULTURAL DISTRICT PT 6-CRESTL NE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised July 1,2011 006114-1 PAYMENT BOND Page i of 2 1 BOND NO.TXC610163 a SECTION 00 6114 3 PAYMENT BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 That we, William J. Schultz.Inc. dba Circle C Construction Comnanvknown as "Principal" 9 herein, and Merchants Bonding ComoanL,(Mutual), acorporate surety(sureties), duly authorized to do 10 business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly 11 bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the State of 12 Texas, known as `-`City" herein, in the penal sum of One Million Nine Hundred Twenty- 13 Four Thousand, Six Hundred Sixty-Five and No/100 ($1,924,665.00), lawful money of the United 14 States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be 15 made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 16 severally,firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 day of , 20f _which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 20 defined by law,in the prosecution of the Work as provided for in said Contract and designated 21 CULTURAL DISTRICT/WILL ROGERS WATER AND SANITARY SEWER IIVIPROVEMENT$t�PART 6 22 -CRESTLINE RD AND RIVER DR 23 CITY PROJECT NO.01468 24 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall pay all 25 monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of the Texas 26 Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation 27 shall be and become null and void; otherwise to remain in full force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 29 Government Code,as amended, and all liabilities on this bond shall be determined in acpordance with the 30 provisions of said statute. 31 C1TY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised July 1,2011 006114-2 PAYMENTBOND Page 2 of 2 1 , 2 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED this instrument by 3 duly authorized agents and officers on this day of ,201q PRINCIPAL: William J. Schultz,Inc. dba Circle C Construction Company ATTEST: BY: c� [S�� Signature 00jL t7 Teresa S. Skelly—President (Principal)Secretary,Michele S ,ankford Name and Title Address: P. O.Box 40328 Fort Worth,TX 76140 Witness as to Principal SURETY: Merchants B04g Com an (Mutual) ATTEST: BY: /—rw", 6, Signature Sheryl A. Klutts,Attorney-in-Fact (Surety) Seer Name and Title Address: 6700 Westown Parkway West Des Moines,IA 50266-7754 Witness as to Surety, John A.Miller Telephone Number: 1-800-678-8171 4 5 Note: If signed by an officer-of the Surety, there must be on file a certified extract from the bylaws 6 showing that this person has authority to sign such obligation. If.Surety's physical address is different 7 from its mailing address,both must be provided. 8 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised July 1,2011 006119-1 MAINTENANCE BOND Page 1 of 3 1 BOND NO.TXC610163 2 SECTION 00 6119 3 MAINTENANCE BOND 4 5 THE STATE OF TEXAS § 6 § KNOW ALL BY THESE PRESENTS: 7 COUNTY OF TARRANT § 8 9 That we, 'William J Schultz, Inc. dba Circle C Construction Company, known as "Principal" 10 herein and Merchants Bonding Company (Mutual),a corporate surety(sureties, if more than one) duly 11 authorized to do business in the State of Texas,known as"Surety"herein(whether one or wore), are held 12 and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of the 13 . State of Texas, known as "City" herein, in the sum of One Milllon,_Nine Hundred Twenty-Four 14 Thousand, Six Hundred Sixty-Five and No/100 ($1,924,665.00), lawful money of the United States,to 15 be paid in Fort Worth,Tarrant County,Texas, for payment of which sum well and truly be made unto the 16 City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, 17 jointly and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain Written contract with the City awarded 20 the — - day of Ja r A , 20Y I, which Contract is hereby referred to and 21 a made part hereof for all purpo es as if fully set forth herein, to furnish all materials, equipment labor 22 and other accessories as defined by law, in the prosecution of the Work, including any Work resulting 23 from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 24 and designated.as 25 CULTURAL DISTRICT/WILL ROGERS WATER AND SANITARY SEWER IMPROVEMENTS—PART 6 26 —CRESTLINE RD AND RIVER DR 27 28 CITY PROJECT NO.01468 29 30 and, 31 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with 32 the plans, specifications and Contract Documents that the Work is and will remain free from defects in 33 materials or workmanship for and during the period of two(2)years after the date of Final Acceptance of 34 the Work by the City("Maintenance Period");and 35 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon 2 receiving notice from the City of the need therefor at any time within the Maintenance Period. 3 4 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any 5 defective Work, for which timely notice was provided by City,to a completion satisfactory to the City, 6 then this obligation shall become null and void;otherwise to remain in full force and effect. 7 8 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed. 9 defective Work,it is agreed that the City may cause any and all such defective Work to be repaired and/or 10. reconstructed with all associated costs thereof being borne by the Principal and the Surety under this 11 Maintenance bond; and 12 13 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall he in Tarrant 14 County,Texas or the United States District Court for the Northern District of Texas,Fort Worth Division; 15 and 16 17 PROVIDED FURTHER, that this obligation shall be continuous in nature and successive 18 recoveries may be had hereon for successive breaches. 19 20 21 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO.01468 Revised July 1,2011 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this instrument 2 by duly authorized agents and officers on this the day of 3 .20 r 4 PRINCIPAL: 5 6 William J. Schultz,Inc. dba_ 7 Circle C Construction Comnaliy 8 9 BY: f 10 Signature 11 ATT T:' 12 Teresa.S. Skelly,President 13 (Principal)Secretary,Michele S. ord Name and Title 14 15 Address:P.O.Box 40328 16 17 Fort Worth,TX 76140 18 - 19 20 Witness as to Principal 21 SURETY: 22 23 Merchan BAding Com an utual 24 25 BY: 26 Signature 27 28 Sheryl A.Klutts,Attorney-in-Fact TT 29 Name and Title 30 31 Address: 6700 Westown Parkwa 32 33 West Des Moines,to 50266 34 35 Witness as-to Surety,John A.Miller Telephone Number: 1-800-678-8171 36 37 38 `Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 39 by-laws showing that this person has authority to sign such obligation. If Surety's physical 40 address is different from its mailing address,both must be provided. The date of the bond shall 41 not be prior to the date the Contract is awarded. 42 CITY OF FORT WORTH CULTURAL DISTRICT IT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 MERCHAN" �Isk BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, John A Miller;John R Stockton;Sheryl A Klutts their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aul hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor andlor its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 6th day of April 2017 `ly:V�4MERCHANTS COMPANY BONDING �4R'41'':�y: � A�P� MERCHANTNATIONAL ONDING(MUTUAL) INC. 2003 ;1 o; :'c''' 1933 !y By ,��•.. ..••� •� ! , - '„• *� President STATE OF IOWA all COUNTY OF DALLAS ss. On this this 6th day of April 2017 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �tarPA s ALICIA K.GRAM d i R F Commission Nuat ur 76700 . My COMM188100 Explfes �+ April 1,2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the_seal of the Companies on this 2F2i day of _tom•fi: 3 0G co 'ti o�a�oR�eo-. a 0V ani ilR�`��e R. 1933 �' Secretary 2003 ,:: s.e•. POA 0018 (3/17) ���''tft;.;t%%% «. +! MERCHANTSy BONDING COMPANY,. MERCHANTS BONDING COMPANY(MUTUAL) - MERCHANTS NATIONAL BONDING, INC. 2100 FLEUR DRIVE • DES MOINES, IOWA 50321-1158 • (800)678-8171 , (515)243-3854 FAX IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company(Mutual) toll-free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512)475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (12113) DATE(MM1DDNYYY) ,4�E) CERTIFICATE OF LIABILITY INSURANCE 12106/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Kim Wright NAME: K8�S Insurance Agency PHONE {972}771-4071 F4� (972)771-4695 A!C No Ext: AIC No): 2255 Ridge Road,Ste.333 E-MAIL kwrighl@kandsins.com ADDRESS: P.O.BOX 277 INSURER(S)AFFORDING COVERAGE NAIC R Rockwall TX 75087 INSURER A: United Fire 8 Casualty Company 13021 INSURED INSURER B: Travelers Prop Cas Co of Amer 25674 William J.Schultz,Inc. INSURER C: Bridgefield Casualty Insurance Co 10335 dba Circle C Construction Company INSURER D: Federal Insurance Company 20281 500 W.Trammell Ave. INSURER E: Everman TX 76140 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS 1S TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I TYPE OF POLICYEFF POLICYEXP LTR INSD WVD POLICY NUMBER MMIDDIYYYY MMIDDrYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,60(),000 DAMAGE TO RENTED CLAIMS-MADE Fx—I OCCUR PREMISES Ea occurrence $ 100,000 MED EXP(Any one person) $ 5,000 A 85316434 08/12/2018 08/12/2019 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2.000,060 POLICY❑X JE'CT F-1 LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,006 Ea accident X ANYAUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED 85316434 08/12/2018 08/12/2019 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED — NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY CAUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESSLIAR CLAIMS�MADE ZUP41M1142818NF 08/12/2018 08/12/2019 AGGREGATE $ 5,000,600 DED I X RETENTION$ 10000 $ WORKERS COMPENSATIONIN X STATUTE ETH AND EMPLOYERS'LIABILITY C ANY PROPRIETOR/PARTNERIEXECUTIVE YN NIA 196-43838 08/12/2018 08/12/2019 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? 1,000,060 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ D Contractors Equipment 06706289 08/12/2018 08/12/2019 LeasedlRented Equip. $500,000 DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES( 1D1,Additional Remarks Schedule,may be attached If more space Is required) Project: Cultural DistrictfW!ll Rogers Water and Sanitary Sewer Improvements Part 6-Crestline Road and River Drive City Project Number 01468 See attached for additional information. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 1060 Throckmorton Street --- AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD COMMENTS/REMARKS Additional Insured - Ongoing Operations Form #CG2038 04/13 and Additional Insured - Completed Operations Form #CG2037 04/13, Waiver of Subrogation Form #CG7280 07/17 and Primary & Non-Contributory Form #CG2001 04/13 apply to the General Liability Policy. Additional insured & Waiver of Subrogation form #CA7109 01/17 and Primary & Non-Contributory form #CA7334 09/15 apply to the Business Auto Policy. Waiver of Subrogation Form #WC420304B 06/14 applies to the Workers Compensation Policy. *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS & EXCLUSIONS. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. PCliCy #ZUP41M1142817NF V 0 UMBRELLA 0 S EXCESS FOLLOW-FORM AND IJIVIBRELLA 6 LIABILITY INSURANCE THIS POLICY, IN FART, PROVIDES FOLLOW-FORM LIABILITY COVERAGE. COVERAGE WILL APPLY ON A CLAIMS-MADE BASIS WHEN g FOLLOWING CLAIMS-MADE UNDERLYING INSURANCE. COVERAGE WILL APPLY ON A DEFENSE--WITHIN-LIMITS BASIS g WHEN FOLLOWING UNDERLYING INSURANCE UNDER WHICH 0 DEFENSE EXPENSES ARE PAYABLE WITHIN AND NOT IN ADDITION H TO, THE LIMITS OF INSURANCE. WIDEN FOLLOWING SUCH 0 UNDERLYING INSURANCE PAYMENT OF DEFENSE EXPENSES UNDER ITIIIHSU PO CE OF ILL THIS EDUCE. AND MAY EXHAUST, THE LIMITS OF POLIC !PLEASE READ THE ENTIRE POLICY CAREFULLY. Various provisions in this policy restrict coverage. Read the entire policy carefully to determine rights, duties and what is and Is not covered. Throughout this policy, the words "you" and "your" refer to the Named Insured shown in the Declarations and any other person or organization qualifying as a Named Insured under this policy. The words "we", "us" and "our" refer to the company providing this insurance. o The wort! "insured" means any person or organization qualifying as such under SECTION 11 a WHO IS AN INSURED. cuv Other words and phrases that appear in quotation marks have special meaning. Refer to k SECTION VI - BEFINITJONS. SECTION I - COVERAGES a. The applicable limit of Insurance A. COVERAW A - EXCESS FOLLOW-FORM stated for the policies of LIABILITY underlying insurance" In the Schedule Of Underlying Insurance 1. We will pay on behalf of the insured will be considered to be reduced those scams, In excess of the or exhausted only by the "applicable underlying limit". that the following payments: insured becomes legally obligated to (1) Payments of judgments or pay as damages to which Coverage A settlements for damages that of this insurance applies, provided are covered by that "underlying that the "underlying insurance" would insurance". However, if such apply to such damages but for the "underlying insurance" has a exhaustion of its applicable limits of policy period which differs Insurance. If a sublimit is specified In from theolio any '"underlying insurance", Coverage p Y period of this Excess Follow-Form And A of this Insurance applies to Umbrella Liability insurance, damages that are in excess of that any such payments for ® sublimit only if such sublimit is damages that would not be shown for that "underlying insurance" covered by this Excess Follow- in the Schedule Of Underlying Form And Umbrella Liability Insurance. Insurance because of Its 2. Coverage A of this Insurance is different policy period will not i� subject to the same terms, reduce or exhaust the conditions, agreements, exclusions applicable limit of insurance and definitions as the "underlying stated for such "underlying insurance", except with respect to Insurance",- any nsurance";any provisions to the contrary (2) Payments of "medical exp- contained in this insurance. enses" that are covered by 3. The amount we will pay for damages that "underlying insurance" and is limited as described in SECTION III are incurred for "bodily Injury" - LIMITS OF INSURANCE. caused by an accident that takes place during the policy 4. For the purposes of Paragraph 1. period of this Excess Follow- above: Form And Umbrella Liability Insurance; or EU 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved. Gage 1 of 23 UMBRELLA (3) Payments of defense expenses "property damage", "personal injury" that are covered by that or "advertising injury" to which "underlying insurance", only if Coverage B of this insurance applies. such "underlying insurance" 2. Coverage 0 of this insurance applies includes such payments within to "bodily injury" or "property the limits of insurance. damage" only if: However, if such "underlying insurance" has a policy period a. The "bodily injury" or "property which differs from the policy damage" is caused by an period of this Excess Follow- "occurrence" that takes place Form And Umbrella Liability anywhere In the world; Insurance,for defensey expensuch sesyments that b. The "bodily injury" or -property would not be covered by this damage" occurs during the policy Excess Follow-Form And period; and Umbrella Liability Insurance C. prior to the policy period, no because of its different policy insured listed under Paragraph 1. period will not reduce or in Paragraph B., COVERAGES - exhaust the applicable limit of UMBRELLA LIABILITY, of SECTION 11 - Insurance stated for such WHO IS AN INSURE® and no "underlying insurance". •'employee" authorized by you to If the applicable limit of insurance give or receive notice of an stated for the policies of "occurrence" or claim, knew that "underlying insurance" in the the "bodily injury" or "property Schedule Of Underlying Insurance damage" had occurred, in whole is actually reduced or exhausted or in part. If such a listed insured by other payments, Coverage A of or authorized "employee" knew, this Insurance is not invalidated. prior to the policy period, that the However, in the event of a loss, "bodily injury" or "property we will pay only to the extent damage" occurred, in whole or in that we would have paid had such part, then any continuation, change limit not been actually reduced or or resumption of such "bodily exhausted by such other payments. injury„ or "property damage" b. if any "underlying insurance" has during or after the policy period rester than will be deemed to have been a limit of insurance 11 known prior to the policy period. the amount shown for that Insurance in the Schedule of 3. Coverage B of this insurance applies Underlying Insurance, this to "personal injury" or "advertising insurance will apply in excess of injury" caused by an offense arising that greater amount. If any out of your business, but only if the "underlying insurance" has a limit offense was committed during the of Insurance, prior to any policy period anywhere in the world. reduction or exhaustion by 4. The amount we will pay for damages payment of damages, "medical is limited as described in SECTION 111 expenses or defense expenses - LIMITS OF INSURANCE. described in Paragraph a. above, that is less than the amount 5. "Bodily injury" or "property damage": shown for that insurance in the Schedule Of Underlying Insurance, a, Which occurs during the policy this insurance will apply in excess period; and of the amount shown for such b. Which was not prior to, but was insurance in the Schedule Of during, the policy period known to Underlying Insurance. have occurred by any insured 5. When the "underlying insurance" listed under Paragraph 1. in applies on a clalms-made basis and Paragraph H., COVERAGE B - includes a retroactive date provision, UMBRELLA LIABILITY of SECTION II the retroactive date for Coverage A WHO IS AN INSURED, or any of this insurance is the same as the "employee" authorized by you to retroactive date of that "underlying give notice of an "occurrence" or Insurance". claim; S. COVERAGE B - UMBRELLA LIABILITY includes any continuation, change or 1. We will a on behalf of the insured resumption of the "bodily injury" or pay "property damage" after the and of those sums in excess of the "self- the policy period. insured retention that the insured becomes legally obligated to pay as 6. "Bodily injury" or "property damage" damages because of "bodily injury", will be deemed to have been known Page 2 of 23 0 2016 The Travelers indemnity Company. All rights reserved. EU 00 01 07 16 N In UMBRELLA ca to have occurred at the earliost time h. End when we decide that the when any insured listed under crisis no longer exists or when " Paragraph 1. in Paragraph R., COVERAGE the Crisis Management Service B - UMBRELLA LIABILITY, of SECTION II Expenses Limit has been -- WHO IS AN INSURED or any exhausted, whichever occurs first. "employee" authorized by you to give 4, The amount we will pay for "crisis or receive notice of an "occurrence" management service expenses" Is or claim: limited as described in SECTION III — Reports all, or any part, of the LIMITS DP INSURANCE. F "bodily Injury" or "property S. A "self-insured retention'" does not Q damage" to us or any other apply to "crisis management service 5 insurer; expenses". Receives a written or verbal 8, Any payment of "crisis management demand or claim for damages because of the "bodily injury" or service expenses" that we melte will "property damage"; or not under determinative insurance with Becomes aware by any other respect to any claim or "suit" or means that the "bodily injury" or create any duty to defend or N "property damage" has occurred Indemnify any Insured for any claim or has begun to occur. or "suit". W 7. Damages because of "bodily injury" A DEFENSE AND SUPPLEMEVOfARY PAYM9NTS Include damages claimed by any 1. We will have the right and duty to person or organization for care, lass defend the insured: of services or death resulting at any v time from the "bodily Injury". a Under Coverage A, against a "suit" IN a 8. Coverage B of this insurance does seeking damages to which such O not apply to damages covered by any coverage applies, if: ( "underlying Insurance" or that would (1) The "applicable underlying have been covered by any "underlying limit" Is the applicable limit of insurance" but for the exhaustion of insurance stated for a policy its applicable limit of insurance. of "underlying insurance" in C. COVERAGE C - CRISIS MANAGEMENT the Schedule Of Underlying SEVICE EXPENSES Insurance and such limit has been exhausted solely due to 1. We will reimburse the insured, or play payments as permitted in on the Insured's behalf, "crisis Paragraphs 4.0), (2) and (3) of management service expenses" to COVERAGE A - EXCESS FOLLOW— which Coverage C applies. FORM LIABILITY of Sgff]DN I - 2. Coverage C of this insurance applies COVERAOES; or to "crisis management service (2) The "applicable underlying expenses" that: limit" is the applicable limit of a Arise out of a "crisis management any "other insurance" and such event" that first commences limit has been exhausted by during the policy period; payments of judgments, settle- ments or medical expenses, or D. Are incurred by the insured, after related costs or expenses (if a "crisis management event" first such costs or expenses reduce commences and before such event such limits). .r ends; and For any "suit" for which we have L Are submitted to us within 180 the right and duty to defend the days after the "crisis management insured under Coverage A, defense advisor" advises you that the expenses will be within the limits "crisis management event" no of Insurance of this policy when longer exists. such expenses are within the 3. A "crisis management event" will be limits of « insurance of the deemed to: applicable underlying insurance"; or a, First commence at the time when h. Under Coverage B, against a "suit" any "executive officer" first seeking damages to which such becomes aware of an event or coverage applies. occurrence that leads to that "crisis management event"; and 2. We have no duty to defend any Insured against any "suit": EIS 00 01 07 10 0 2016 The Travelers Indemnity Company. All rights reserved. Page 3 of 23 UMBRELLA a, Seeking damages to which this we have paid, offered to pay or Insurance does not apply; or deposited in court the part of the b. If any other insurer has a duty to judgment that is within the defend. applicable limit of insurance. If we do not pay part of the 3. When we have the duty to defend, judgment for any reason other we may, at our discretion, investigate than It is more than the applicable and settle any claim or "suit". In all limit of insurance, we will not other cases, we may, at our pay any Interest that accrues on discretion, participate In the that portion of the judgment. Investigation, defense and settlement With respect to a claim we of any claim or "suit" for damages investigate or settle, or "suit" against to which this Insurance may apply. If an insured we defend under COVERAGE we exercise such right to participate, A - EXCESS FOLLOW-FORM LIABILITY, all expenses we incur In doing so these payments will not reduce the will not reduce the applicable limits applicable limits of insurance, but of insurance. only if the applicable "underlying +4. Our duty to defend ends when we insurance" provides for such have used up the applicable limit of payments In addition to its limits of insurance In the payment of insurance. With respect to a claim we judgments or settlements, or defense investigate or settle, or "suit" against expenses if such expenses are within an insured we defend under COVERAGE the limits of insurance of this policy. R - UMBRELLA LIABILITY, these 5. We will pay, with respect to a claim payments will not reduce the we investigate or settle, or "suit" applicable limits of insurance. against an insured we defend: SECTION II - WHO IS AM INSURED 8. All expenses we incur. A, COVERAGE A - EXCESS FOLLOW-FORM b. The cost of: LIABILITY (1) Bail bonds required because of With respect to Coverage A, the accidents or traffic law following persons and organizations violations arising out of the qualify as insureds: use of any vehicle to which 1. The Named Insured shown in the this Insurance applies; or Declarations; and (2) Appeal bonds and bonds to 2. Any other person or organization release attachments; qualifying as an insured in the but only for bond amounts within "underlying insurance". If you have the applicable limit of insurance. agreed to provide insurance for that We do not have to furnish these person or organization in a written bonds. contract or agreement: c. All reasonable expenses incurred as The limits of Insurance afforded by the Insured at our request to to such person or organization assist us In the Investigation or will be: defense of such claim or "suit", (1) The amount by which the including actual loss of earnings minimum limits of insurance up to $1,000 a day because of you agreed to provide such time off from work. person or organization in that d All court costs taxed against the written contract or agreement insured in the "suit". However, exceed dcetheof total limits of cable these payments do not Include , attorneys' fees or attorneys' "underlying insurance'; or expenses taxed against the (2) The limits of insurance of this Insured. policy; 0. Prejudgment interest awarded whichever Is less; and against the insured on that part of G the judgment we pay. If we make oYerage under this policy does an offer to pay the applicable not apply to such person or limit of insurance, we will not organization if the minimum limits pay any prejudgment interest of insurance you agreed to based on that period of time after provide such person or the offer. organization in that written contract or agreement are wholly f. All interest that accrues on the within the total limits of insurance full amount of any judgment after of all available applicable entry of the judgment and before "underlying insurance". Page 4 of 23 0 2016 The 'travelers Indemnity Company. All rights reserved. EU 00 01 07 16 N LO UMBRELLA - rs B. COVERAGE E UMBRELLA LIABILITY course of his or her v With respect to Coverage g: employment or performing duties related to the 1. The Fumed Insured shown in the conduct of your business, Declarations is an insured. or to your other "volunteer ?. If you are: workers" while performing duties related to the ao An individual, your spouse is also conduct of your business; $ an insured, but only with respect (b) To the spouse, child, to the conduct of a business of parent, brother or sister of �- which you are the sole owner. that co-"employee" or h. A partnership or joint venture, "volunteer worker" as a your members, your partners and consequence of Paragraph their spouses are also insureds, MW above; $ but only with respect to the (c) For which there is any conduct of your business. obligation to share damages e. A limited liability company, your with or repay someone else members are also insureds, but who must pay damages only with respect to the conduct because of the injury of your business. Your managers described In Paragraph Na) are also insureds, but only with or (6) above, or respect to their duties as your (d) Arising out of his or her managers. providing or failing to d. An organization other than a provide professional health partnership, joint venture or care services. n limited liability company, your Unless you are in the business a officers" and directors are also or occupation of providing O insureds, but only with respect to a their duties as your "officers" or prof esslonal health care services, Paragraphs (1)(a), (6), directors. Your stockholders ars (c) and (d) above do not also insureds, but only with apply to "bodily injury" arising respect to their liability as out of providing or failing stockholders. to provide first aid or "Good a A trust, your trustees are also Samaritan services" by any insureds, but only with respect to of your "employees" or their duties as trustees. "volunteer workers" other than 3. Each of the following is also an an employed or volunteer Insured: doctor. Any such 'employees or "volunteer workers" a. Your "volunteer workers" only providing or failing to provide while performing duties related to first aid or "Good Samaritan the conduct of your business, or services" during their work your "employees", other than hours for you will be deemed either your "officers" (if you are to be acting within the scope an organization other than a of their employment by you or ® partnership, joint venture or performing duties related to I� limited liability company) or your the conduct of your business. managers (if you are a limited (2) "Property damage" to property: 1 liability company), but only for acts within the scope of their (a) Owned, occupied or used employment by you or while by; or performing duties related to the conduct of your business. (b) Rented to, the care, ® custody or control of, or However, none of these "employees" or "volunteer over which physical contra) workers" are insureds for: is being exercised for any I purpose by; (1) "Bodily injury" or "personal you, any of your "employees"Injury": or "volunteer workers", any of (a) To you, to your partners or your partners or members (if members (if you are a you are a partnership or joint partnership or joint venture), venture), or any of your to your members (if you members (if you are a limited are a limited liability liability company). company), to a co- "employee" while in the EU 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved, rage 5 of 23 UMBRELLA h. Any person (other than your No person or organization is an insured "employes" or "volunteer or will qualify as a Named Insured with worker"), or any organization, respect to the conduct of any current or while acting as your real estate past partnership, joint venture or limited manager. liability company that is not shown as a C. Any person or organization having Named Insured in the Declarations. This proper temporary custody of your paragraph does not apply to any such property if you die, but only Partnership, joint venture or limited liability company that otherwise qualifies (1) With respect to liability arising as an insured under Paragraph B. of out of the maintenance or use SECTION 11 a WHO IS AN INSURED. of that property; and C. COVERAGE C — CRISIS MANAGEMENT (2) Until your legal representative SERVICE EXPENSES has been appointed. With respect to Coverage C, the d. Your legal representative if you following persons and organizations are die, but only with respect to insureds and will qualify as Named duties as such. That representative Insureds: will have all your rights and 1. The Named Insured shown in the duties under this insurance. Declarations. 4. Any organization, other then a 2, Any organization, other than a partnership, joint venture or limited partnership, joint venture or limited liability company. of which you are the sole owner, or in which you liability company, of which you are maintain an ownership interest of the sole owner, or in which you more than 5D%, on the first day of maintain an ownership interest of the policy period is an insured and more then 30%, on the first day of will qualify as a Named Insured. No the policy period. No such such organization is an insured or organization is an insured or will will qualify as a Named Insured for qualify as a Named Insured for "bodily Injury" or "property damage" crisis management service expenses that occurred, or "personal injury" or arising out of a "crisis management "advertising injury" caused by an event" that first commences after the offense committed after the date, if date, if any, during the policy period, any, during the policy period, that that you no longer maintain an you no longer maintain an ownership ownership interest of more than 50% interest of more than 50% In such in such organization. organization. 3. Any organization you newly acquire 5. Any organization you newly acquire or form, other than a partnership, or form, other than a partnership, joint venture or limited liability joint venture or limited liability company, and of which you are the company, and of which you are the sole owner, or in which you maintain sole owner, or In which you maintain an ownership interest of more than an ownership interest of more than 50%, if there is no other similar 50%, is an Insured and will qualify as insurance available to that a Named Insured if there is no other organization. However: similar insurance available to that a Coverage under this provision is organization. However: afforded only until the 980th day ab Coverage under this provision is after you acquire or form the afforded only until the 'both day organization or the end of the after you acquire or form the policy period, whichever is earlier; organization or the end of the and policy period, whichever is earlier; b. Coverage for such organization and does not apply to "crisis b. Coverage for such organization management service expenses" does not apply to: arising out prof a crisis manage- ment event that occurred before (1) "Bodily injury" or "property you acquired or formed the damage" that occurred; or organization, even if an "executive officer" only first becomes aware (�) "Personal injury" or of an "event'" or "occurrence" that advertising injury arising out leads to such "crisis management of an offense committed; event" after the date you acquired before you acquired or formed the or formed the organization, organization. Page 6 of 23 0 2016 The Travelers Indemnity Company. All rights reserver€. EU 00 01 07 18 N o UMBRELLA . a No person or organization is art insured because of "bodily injury" or "property or will qualify as a Named Insured with damage" included in the "products- respect to the conduct of any current or completed operations hazard". past partnership, joint venture or limited D. Subject to Paragraph & or C. above, liability company that Is not shown as a Named Insured in the Declarations. whichever applies, the Occurrence Limit is the most we will pay for the sum of SECTION III -- LIMITS OF INSURANCE all: $ A. The L.im€t$ of Insurance shown in the 1. Damages, and defense expenses if Declarations and the rules below fix the such expenses are within the limits most we will pay for the amounts of insurance of this policy, under described below to which this insurance Coverage A arising out of any one applies regardless of the number of: "event" to which the "underlying 1. Insureds; insurance" applies a limit of Insurance that is separate from any 2. Claims made or "suits" brought; aggregate limit of insurance; and 3. Number of vehicles involved; 2. Damages under Coverage O because • 4. Persons or organizations making of all "bodily Injury", „propertydamage", "personal injury" or M claims or bringing "suits"; or to injury" arising out of any S. Coverages provided under this one "occurrence". insurance. For the purposes of determining the N As indicated in Paragraph 0.1. of SECTIC."J applicable Occurrence Limit, all related W COVERAGES, for any "suit" for which acts or omissions committed in the we have the right and duty to defend the providing or failing to provide first aid V Insured under Coverage A, defense or "Good Samaritan services" to any expenses will be within the limits of one person will be considered one o insurance of this policy when such occurrence". a expenses are within the limits of E. The Crisis Management Service Expenses W insurance of the applicable "underlying Limit is the most we will pay for the " insurance". sum of all "crisis management service O. The General Aggregate Limit is the most expenses" arising out of all "crisis we will pay for the sum of all: management events". Payment of such "crisis management service expenses" is 1. Damages; and in addition to, and will not reduce, any 2. Defense expenses if such expenses other limit of insurance of this policy. are within the limits of insurance of F. The limits of insurance of this policy this policy; apply separately to each consecutive except: annual period and to any remaining period of less than 12 months, starting 1. Damages and defense expenses with the beginning of the policy period because of "bodily injury" or shown In the Declarations. If the policy "property damage" Included in the period is extended after issuance for an "auto hazard"; additional period of less than 12 months, �'• Damages and defense expenses the additional period will be deemed part because of "bodily injury" or of the last preceding period for purposes Is '"property damage" included in the of determining the limits of insurance. to operations SECTION IV — EXCLUSIONS hazard"; or This insurance does not apply to: 3. Damages and defense expenses for li which insurance is provided under any A. With respect to Coverage A and Aircraft Liability coverage included as Coverage R: 1 "underlying insurance" to which no 1. Asbestos aggregate limit applies. & Damages arising out of the actual C. The Products-Completed Operations or alleged presence or actual, Aggregate Limit is the most we will pay alleged or threatened dispersal of for the sum of all: asbestos, asbestos fibers or 1. Damages; and products containing asbestos, provided that the damages are 2. Defense expenses if such expenses caused or contributed to by the are within the limits of insurance of hazardous properties of asbestos. this policy; Ill. Damages arising out of the actual or alleged presence or actual, alleged or threatened dispersal of EU 00 I}1 07 16 0 2016 The Travelers indemnity Company. All rights reserved Page 7 of 23 UMBRELLA any solid, liquid, gaseous or a, Whether the insured may be liable thermal irritant or contaminant, as an employer or in any other including smoke, vapors, soot, capacity; and fumes, acids, alkalis, chemicals 6. To any obligation to share and waste, and that are part of any claim or "suit" which also damages with or repay someone alleges any damages described in else who must pay damages Paragraph a. above. because of the injury. c. Any loss, cost or expense arising 3• ERISA, COBRA And Similar Laves out of any; Any obligation of the insured under: (1) Request, demand, order or a. The Employees Retirement Income statutory or regulatory Security Act Of 1974 (ERISA) or requirement that any insured or any of its amendments; others test for, monitor, clean b. The Consolidated Omnibus Budget up, remove, contain, treat, Reconciliation Act of 1885 detoxify or neutralize, or in any way respond to, or assess (COBRA) or any of its the effects of, asbestos, amendments; or asbestos fibers or products c. Any similar common or statutory containing asbestos; or law of any jurisdiction. (2) Claim or "suit" by or on i). Medical Expenses Or Pitments behalf of any governmental authority or any other person Any obligation of the insured under or organization because of any "medical expenses" or medical testing for, monitoring, clean- payments coverage. ing up, removing, containing, 3. Nuclear Material treating, detoxifying or neutral- izing, or In any way Damages arising out of: responding to, or assessing the a, The actual, alleged or threatened effects of, asbestos, asbestos exposure of any person or fibers or products containing property to; or asbestos. Z. Emplayltlent-Related Practices b. The "hazardous properties" of; any "nuclear material". Damages because of injury to: As used in this exclusion: m A person arising out of any: "Hazardous properties" includes (1) Refusal to employ that person; radioactive, toxic or explosive (2) Termination of that person's properties; employment; or b. "Nuclear material" means "source material", "special nuclear (3) policy, act related practice, material'" or "byproduct material'; policy, act or omission, such and as coercion, demotion, evaluat- ion, reassignment, discipline, iw "Source material", "special nuclear failure to promote or advance, material" and "by-product mater- harassment, humiliation, dis- ial" have the meanings given them crimination, libel, slander, in the Atomic Energy Act of 1954 violation of the person's right or any of its amendments. of privacy, malicious S. Reinsured or iderinsured Motorists, No- detention or false arrest, Fault And Similar Lawry detention or imprisonment, applied to or directed at that Any liability imposed on the insured, person, regardless of whether or the insured's insurer, under any of such practice, policy, act or the following laws: omission occurs, is applied or Is committed before, during or a. Uninsured motorists; after the time of that person's b. Underinsured motorists; employment; or b, The spouse, child, parent, brother C. Auto of(PIP)' -party or sister of that person as a personal Injury protection • consequence of injury to that d. Supplementary person as described in Paragraphs uninsured/underinsured motorists 0), (2) or (3) above. (blew York); or This exclusion applies: e. Medical expense benefits and income loss benefits (Virginia). Page 8 of 23 0 2016 The Travelers Indemnity Comasny. All rights reserved. EU 00 01 07 16 Ln UMBRELLA 7. War gift, distribution or use of 6 Damages arising out of: alcoholic beverages. a. War, including undeclared or civil 4• Employers liability war; or "Bodily injury" to: IL Warlike action by a military force, i An "employee" of the insured including action in hindering or arising out of and in the course $ defending against an actual or of: expected attack, by any govern- (1) Employment by the insured; or ment, sovereign or other authority using military personnel or other (2) Performing duties related to agents, or the conduct of the Insured's C. Insurrection, rebellion, revolution, business, or M usurped power or action taken by b. The spouse, child, parent, brother O governmental authority in or sister of that "employee" as a hindering or defending against any consequence of "bodily injury" of these, described in Paragraph a above. �. i` o tsrF Cokilpcnsntlon And Similar Laws This exclusion applies: Any obligation of the insured under a Whether the insured may be liable workers compensation, disability as an employer or in any other M benefits or unemployment capacity; and compensation law or any similar law. b. To any obligation to share With respect to Coverage ii<: damages with or repay someone �r 1. Expected of Intended Bodily Injury Or else who must pay damages prapariy Damage because of the "bodily injury„ O "Bodily injury, or "property damage" S. Pollution expected or intended from the a, "Bodily injury", "property „ standpoint of the insured. This damage", "personal injury" or exclusion does not apply to "bodily "advertising injury" arising out of Injury" or "property damage" the actual, alleged or threatened resulting from the use of reasonable discharge, dispersal, seepage, force to protect persons or property. migration, release or escape of 2, 9ntractual Li€tbility "pollutants". "Bodily injury", "property damage", b. Any loss, cost or expense arising '"personal injury" or "advertising out of any: Elm injury" for which the insured isdemand, order or obligated to pay damages b (�) Request, Y reason statutory or regulatory require- of the assumption of liability in a ment that any insured or any contract or agreement. This exclusion other person or organization does not apply to liability for test for, monitor, clean up, damages that the insured would have remove, contain, treat, detoxify in the absence of the contract or or neutralize, or in any way I� agreement. respond to, or assess the 3. Liquor Liability effects of, "pollutants'; or 9 "Bodily Injury" or "property damage" (2) Claim or "suit" by or on i for which any insured may be liable behalf of any governmental by reason of: authority or any other person or organization because of a. Causing or contributing to the testing for, monitoring, intoxication of any person, cleaning up, removing, contain- Including causing or contributing Ing, treating, detoxifying or to the intoxication of any person neutralizing, or In any way ilk because alcoholic beverages were responding to, or assessing the permitted to be brought on youreffects of, "pollutants". --- premises for consumption on your premises; 6. Aircraft IL The furnishing of alcoholic "Bodily injury" or "property damage" beverages to a person under the arising out of the ownership, legal drinking age or under the maintenance, use or entrustment to influence of alcohol; or others of any aircraft owned or operated by or rented or loaned to c. Any statute, ordinance or any insured. Use includes operation regulation relating to the sale, and "loading or unloading". EU 00 01 07 16 0 2010 The Trovalers Indemnity Cornparty. All rights reserved Page 9 of 23 UMBRELLA This exclusion applies even if the (7) You do not own and is not claims against any insured allege being used to carry any person negligence or other wrongdoing in the or property for a charge. supervision, hiring, employment, �. Electronic Date or monitoring of others by that insured, if the "occurrence" Damages claimed for the loss of, which caused the "bodily injury" or loss of use of, damage to, corruption "property damage" involved the of, Inability to access, or inability to ownership, maintenance, use or manipulate "electronic data". entrustment to others of any aircraft that is owned or operated by or 10•Pay"tags To Pr@po 9+'a Products Or Work rented or loaned to any insured. "Property damage" to: 7. Aalo P Property you own, rent or occupy, "Bodily injury" or "property damage" including any costs or expenses arising out of the ownership, incurred by you, or any other maintenance, use or entrustment to person or organization, for repair, others of any "auto". Use includes replacement, enhancement, operation and "loading or unloading". restoration or maintenance of such lies even if the property for any reason, including This exclusion applies prevention of Injury to a person claims against any insured allege or damage to another's property; negligence or other wrongdoing in the p�, premises you sell, give away or supervision, hiring, employment, Premise if the "property damage" training or monitoring of others by p p y 9 that insured, if the "occurrence" arises out of any part of those which caused the "bodily injury" or premises; "property damage" involved the r. property loaned to you; ownership, maintenance, use or entrustment to others of any "auto". d. Personal property in the care, This exclusion does not apply to custody or control of the Insured, "bodily injury" or "property damage" e. That particular part of real caused by an "occurrence" that takes property on which you or any place outside of the United States of contractors or subcontractors America (including its territories and working directly or Indirectly on possessions), Puerto Rico and Canada. your behalf are performing $. Vifater�aft operations if the "property damage" arises out of those "Bodily injury" or "property damage" operations; arising out of the ownership, f, That particular part of any maintenance, use or entrustment to property that must be restored, others of any watercraft owned or repaired or replaced because "your operated by or rented or loaned to work" was incorrectly performed any Insured. Use includes operation and "loading or unloading" an it; This exclusion applies even if the 9• "Your product" arising out of claims against any insured allege "your product or any part of it; or negligence or other wrongdoing in the supervision, hiring, employment, h, "Your work" arising out of "your training or monitoring of others by work" or any part of It and that insured, if the "occurrence" included in the "products- which caused the "bodily injury" or. completed operations hazard". '.property damage" involved the 11. Damage To Impaired Propefly Ov Property ownership, maintenance, use or entrustment to others of any Not Physically h1jmred watercraft that is owned or operated "property damage" to "impaired by or rented or loaned to any property", or property that has not insured. been physically injured, arising out This exclusion does not apply to a of: watercraft: IL A defect, deficiency, inadequacy a. While ashore on premises owned or dangerous condition in "your by or rented to any insured; or product" or your work'; or h. That is 50-feet long or less and h. A delay or failure by you, or that: anyone acting on your behalf, to fulfill the terms of a contract or (1) You own; or agreement. Page 10 of 23 41 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 116 N UMBRELLA n 8 This exclusion does not apply to the 17.I1illaterlaf Published With Knowfodge Of loss of use of other property arising Falsity out of sudden and accidental physical injury to "your product" or "your -Personal injury" or "advertising work" after it has been put to its injury arising out of oral or written intended use. publication, including publication by electronic means, of material, if done 12. Recall Of Products, Work Or Impaired by or at the direction of the insured Proporty with knowledge of Its falsity. Damages claimed for any loss, cost 111. Matariol published Of Used Frier To or expense incurred by you or others policy Period 5� for the loss of use, withdrawal, �S recall, inspection, repair, replacement, q. "Personal injury" or "advertising adjustment, removal or disposal of: injury" arising out of oral or written publication, Including a a "Your product"; publication by electronic means, b. "Your work"; or of material whose first publication took place before the beginning of c. Impaired property"; the policy period; or if such product, work or property is b. "Advertising injury" arising out of withdrawn or recollect from the Infringement of copyright, "title" market or from use by any person or or "slogan" in your "advertise- organization because of a known or ment" whose first infringement In v suspected defect, deficiency, your "advertisement" was w inadequacy or dangerous condition in committed before the beginning of it. the policy period. N 13.Violation Of Consumer Financial Protection 19. Criminal Acts o Laws O "Personal injury" or "advertising "Bodily injury", "property damage", injury" arising out of a criminal act "'personal injury" or "advertising committed by or at the direction of injury" arising out of any actual or the insured. alleged violation of a "consumer 2U,8reatir Of Cetltr8tt financial protection law", or any other "bodily Injury". "property "Personal injury" or "advertising damage", "personal Injury" or injury" arising out of a breach of "advertising injury" alleged in any contract. = claim or "suit" that also alleges any such violation. 1 � .11uali Or Performance Of goods - f� Failure To Conform To Statements 14. Unsolicited Communication "Advertising Injury" arising out of the "Bodily injury", "property damage", failure of goods, products or services "personal injury" or "advertising to conform with any statement of Injury" arising out of any actual or quality or performance made in your alleged violation of any law that "advertisement". restricts or prohibits the sending, transmitting or distributing of 22•Wrong Description Of Prices "unsolicited communication". "Advertising injury" arising out of the �n 15. tae®ess Or Disclosure Of Confidenthal Or wrong description of the price of parsoiial 1140 +i ratimn goods, products or services stated in your "advertisement". "Bodily injury". "property damage", 2�, Intelletlual property "personal Injury" or "advertising injury" arising out of any access to "Personal injury" or "advertising or disclosure of any person's or injury" arising out of any actual or organization's confidential or personal alleged infringement or violation of Information. any of the following rights or laws. I• '=I=; or any other "personal injury" or 16. Knowing Violation Of Rights Of Another '"advertising injury" alleged in any "Personal injury" or "advertising claim or "suit" that also alleges any injury" caused by or at the direction such infringement or violation: of the insured with the knowledge that the act would violate the rights a Copyright; of another and would inflict "personal b. Patent; Injury" or "advertising injury". c. Trade dress; d. Trade name; u 00 011 OY 116 0 2018 The Travelers Indemnity Company. All rights reserved Page 11 of 23 UMBRELLA e. Trademark, to mislead another's potential ll. Trade secret; or customers. Other intellectual property rights C With respect to Covorage C: or laws. Wordy Acgtilv@A Ct urvoliod Or Formed This exclusion does not apply to: Entities a "Advertising injuryr, arising out of "Crisis management service expenses" any actual or alleged infringement arising out of a "crisis management or violation of another's copyright, event" that involves any organization "title" or `'slogan" in your you newly acquire or form and that "advertisement"; or occurred prior to the date you acquired or formed that organization, even if an b. Any other "personal injury" or "executive officer" only first becomes ''advertising Injury" alleged in any aware of an "event" or "occurrence" that claim or "suit" that also alleges leads to such "crisis management event" any such infringement or violation after the date you acquired or formed of another's copyright, "title" or such organization. "slogan" in your "advertisement". SECTION V — CONDITIONS 24. Insureds In 111110M And Internet Type A. APPEALS Business 1. If the insured or the insured's "Personal injury" or "advertising "underlying insurer" elects not to injury arising out of an offense appeal a judgment which exceeds the committed by an Insured whose "applicable underlying limit" or "self- business is: insured retention", we may do so. e. Advertising, "broadcasting" or 2. If we appeal such a judgment, we publishing; will pay all costs of the appeal. k Designing or determining content These payments will not reduce the of websites for others; or appiicable limits of insurance. In no c. An Internet search, access, event will our liability exceed the service provider. applicable limit of insurance. content to This exclusion does not apply to IL lARIItRIlP1CY Paragraphs a(1), (2) and (3) of the 1. Bankruptcy or insolvency of the definition of "personal injury". insured or of the insured's estate will For the purposes of this exclusion: not relieve us of our obligations under this Insurance. a. Creating and producing 2, In the event of bankruptcy or correspondence written in the insolvency of any "underlying conduct of your business, n Insurer , this insurance will net bulletins, financial or annual reports, or newsletters about your replace such bankrupt or insolvent underlying insurers policy, and this goods, products or services will insurance will apply as if such not be considered the business of publishing, and "underlying insurer" had not become bankrupt or insolvent. b. The placing of frames, borders or C. CANCKLATIOid links, or advertising, for you or others anywhere on the Internet 1. The first Named Insured shown in the will not, by itself, be considered Declarations may cancel this the business of advertising, insurance by mailing or delivering to "broadcasting" or publishing. us advance written notice of 26. Electronic Chntrooms Or Bulletin Boards cancellation. "Personal injury" or "advertising 2• We may cancel this insurance by Injury" arising out of an electronic mailing or delivering to such first chatroom or bulletin board the Named Insured written notice of insured hosts, owns or over which cancellation at least: the insured exercises control. a. 10 days before the effective date 26.Umuthwized Use Of Another's Nme Or of cancellation if we cancel for Product nonpayment of premium; or "Personal injury" or "advertising IL 60 days before the effective date injury" unauthorized arising out of the of cancellation if we cancel for use of another's name or product in any other reason. your e-mail address, domain name or metatag, or any other similar tactics Page 12 of 23 0 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 10 N LO UMBRELLA 3. We will mail or deliver our notice to insurance, you must see to it that we such first Named Insured's last receive written notice of the claim or mailing address known to us. "suit" as soon as practicable. 4. Notice of cancellation will state the 3. With respect to Coverage A, the effective date of cancellation. The insured must: policy period will end on that date, a Cooperate with us In the 5. If this insurance is cancelled, we will investigation, settlement or $ send such first Named Insured any defense of any claim or "suit". premium refund due. If we cancel, the h, Comply with the terms of the refund will be pro rata. If such first Named Insured cancels, the refund "underlying Insurance and may be less than pro rata. The C. Pursue all rights of contribution or cancellation will be effective evert if indemnity against any person or we have not made or offered a organization who may be liable to a refund. the Insured becatAse of the injury, 6. If native is mailed, proof of mailing damage or loss for which insurance is Provided under this will be sufficient proof of notice. eolicy or any policy of u, U. CHAMGES 'underlying insurance". This policy contains all the agreements 4. With respect to Coverage EI, the between you and us concerning the insured must: insurance afforded. No change can be a, Immediately send us copies of w made In the terms of this Insurance any demands, notices, summonses except with our consent. The terms of this insurance can be amended or waived or legal papers received In onlyb endorsement issued b and connection with the claim or a mae by of this policy. y us "suit"; aE CH�CY b. Authorize us to obtain necessary records and other information; Payments for damages or expenses E. Cooperate with us in the described In Paragraph S. of Paragraph D, investigation, settlement or DEFENSE AND SUPPLEMENTARY PAYM6NTS, defense of any claim or "suit"; of SEC710M I — COVERAGES will be in the and currency of the United States of America, At our sole option, we may d, Assist us, upon our request, in the make these payments in a different enforcement of any right against currency. Any necessary currency any person or organization which " conversion for such payments will be may be liable to the insured calculated based on the rate of exchange because of injury or damage to published in the Wall Street Journal which Coverage R may apply. Immediately preceeding the date the 5. No insured will, except at that i payment is processed, insured's own expense, voluntarily F. DUTIES REGAROWS AN Wlilil'i, OCCURRENCE, make a payment, assume any CLAIM OR SUIT obligation, make any admission or 1. You must see to it that we are incur any expense, other than for first notif€ed as soon as practicable of an aid for "bodily Injury covered by "event" or "occurrence" which may this insurance, without our consent. result in a claim under this insurance. 6. Knowledge of an "event", To the extent possible, notice should "occurrence", claim or "suit" by your Include: agent, servant or "employee" will not L How, when and where the "event" constitute knowledge by you, unless or "occurrence" took place, your insurance .or risk manager, or anyone working in the capacity as h. The names and addresses of any your insurance or risk manager, or persons or organizations anyone you designate with the sustaining injury, damage or loss, responsibility of reporting an "event", and the names and addresses of "occurrence claim or "suit": any witnesses; and a. Inas received notice of such C. The nature and location of any "event", "occurrence", claim or injury or damage arising out of "suit" from such agent, servant or the "event" or "occurrence". "employee"; or 2. If a claim is made or "suit" is h. Otherwise has knowledge of such brought against any insured which "event", "occurrence", claim or may result in a claim under this "suit". Ell 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved. Page 13 of 23 UMBRELLA G. DUTIES fiEGANDIPM A MINIS HRRAGENEEW b. You have paid all premiums due EVENT for this policy at the time you You must: make such request; 1. Notify us within 30 days of a "crisis c. You promptly pay the additional management event" that may result in premium we charge for the "crisis management service Extended Reporting Period expenses". endorsement for this insurance when due. We will determine that 2. Provide written notice of the "crisis additional premium after we have management event" as soon as received your request for the practicable. To the extent possible, Extended Reporting Period notice should include: endorsement for this insurance. a, kow, when and where that "crisis That additional premium is not management event" took lace; subject to any limitation stated in g p the underlying insurance on the b. The names and addresses of any amount or percentage of persons or organizations additional premium that may be sustaining injury, damage or loss, charged for the "extended and the named and addresses of reporting period" in such any witnesses; "underlying insurance"; and c. The nature and location of any d. That Extended Reporting Period injury or damage arising out of endorsement is issued by us and that "crisis management event"; made a part of this policy. and 3. Any Extended Reporting Period d. The reason that "crisis endorsement for this insurance will management event" is likely to not reinstate or increase the Limits involve damages covered by this of Insurance or extend the policy insurance in excess of the period. "applicable underlying limit" or AL Except with respect to any provisions "self-insured retention" and to the contrary contained in Involve regional or national media paragraphs 1., 2. or 3. above, all coverage. provisions of any option to purchase H. EXAMINATION OF YOUR BOOKS AND RECOBOS an "extended reporting period" granted to you in the "underlying We may examine and audit your books insurance" apply to this insurance. and records as they relate to this insurance: J. INSPECTIONS AND SURVEYS 1. At any time during the policy period; 1. We have the right but are not 2. Up to three years after the end of obligated to: the policy period; and Make inspections and surveys at 3. Within one year after final settlement any time; of all claims under this insurance. It. Give you reports on the I. EXTENDED REPNIITING PERIOD OPTION conditions we find; and 1. When the "underlying insurance" I" Recommend changes. applies on a claims-made basis, any 2. Any inspections, surveys, reports or automatic or basic "extended recommendations relate only to reporting period" in such "underlying insurability and the premiums to be insurance" will apply to this charged. We do not make safety insurance. inspections. We do not undertake to perform the duty of any person or 2. When the underlying insurance organization to provide for the health applies on a claims-made basis and or safety of workers or the public. you elect to purchase an optional or We do not warrant that conditions: supplemental "extended reporting period" in such "underlying a Are safe or healthful; or insurance," that "extended reporting b. Comply with laws, regulations, period" will apply to this insurance codes or standards. only if: e. A written request to purchase an K. LEGAL ACTION AGAINST OS Extended Reporting Period 1. No person or organization has a right endorsement for this insurance is under this insurance: made by you and received by us g To join us as a party or otherwise within 90 days after the end of the policy period; bring us into a "suit" asking for damages from an Insured; or Pag0 14 of 23 41) 2016 The Travelers Indemnity Company. All rights reserved. EU 00 01 07 16 n UMBRELLA 0 IL To sue us on this insurance unless M. OTHER I0S111HAR110E all of its terms have been fully This insurance is excess over any valid 0 complied with. and collectible "other insurance" whether 2. A person or organization may sue us such "other insurance" Is stated to be to recover on an agreed settlement primary, contributing, excess, contingent or on a final judgment against an or otherwise. This provision does not Insured. We will not be liable for apply to a policy bought specifically to damages that- apply as excess of this insurance. a Are not payable under the terms However, if you specifically agree in a of this insurance; or written contract or agreement that the insurance provided to any person or $ k Are in excess of the applicable organization that qualifies as an insured limit of insurance. under thls insurance must apply on a An agreed settlement means a primary basis, or a primary and non- 0 settlement and release of liability contributory basis, then insurance signed by us, the insured and the provided under Coverage A is subject to claimant or the claimant's legal the following provisions: representative. 1. This Insurance will apply before any L. MAINTENANCE OF UNI>ERLY11MR INSURANCE "other insurance" that is available to '* 1. The insurance afforded by each such additional Insured which covers that person or organization as policy of "underlying insurance" will 0o nam®d Insured, and we will not share be maintained for the full policy with that "other insurance provided period of this Excess follow-dorm that the injury or damage for which And Umbrella Liability Insurance. This coverage is sought is caused by an provision does not apply to the •F reduction or exhaustion of the even# that takes place or is ° aggregate limit or limits of such committed subsequent to the signing v "underlying insurance" solely by of that contract or agreement by you. m payments as permitted in paragraphs 2. This insurance is still excess over * 4.0), (2) and (3) of COVERAGE A - any valid and collectible "other EXCESS FOLLOW-FORM LIMILITY of insurance", whether primary, excess, SECTION I s COVERAGE& As such contingent or otherwise, which covers policies expire, you will renew them that person or organization as an at limits and with coverage at least additional insured or as any other equal to the expiring limits of insured that does not qualify as a insurance. If you fall to comply with named insured. �p the above requirements, Coverage A N. PREMIUM is not invalidated. However, in the event of a loss, we will pay only to 1. The first Named insured shown in the ii the extent that we would have paid Declarations Is responsible for the had you complied with the above payment of all premiums and will be requirements. the payee for any return premiums. 2. The first Named Insured shown in the Z. If the premium is a flat charge, it is Declarations must give us written not subject to adjustment except as notice of any change in the provided in Paragraph 4. below. "underlying insurance" as respects: 3. If the premium is other than a fiat a. Coverage; charge, it Is an advance premium h. Limits of insurance; only. The earned premium will be computed at the end of the policy c. Termination of any coverage; or period, or at the end of each year of the policy period if the policy period CL Exhaustion of aggregate limits. is two years or longer, at the rate illi! 3. If you are unable to recover from shown in the Declarations, subject to any "underlying insurer" because the Minimum Premium. you fail to comply with any term 4. Additional premium may become or condition of the "underlying payable when coverage Is provided insurance", Coverage A is not for additional insureds under the Invalidated. However, we will pay for provisions of SECTION 11 - WHO IS AN any loss only to the extent that we INSURED. would have paid had you complied with that term or condition in that 0. PREMIUM AUDIT "underlying insurance". The premium for this policy is the amount stated in Item 5. of the Declarations. The premium is a flat 1U 00 01 07 16 0 2018 The Travelers Indemnity Company. All rights reserved. Page 15 of 23 UMBRELLA charge unless it is specified in the 2. Separately to each insured against Declarations as adjustable. whom claim is made or "suit" is P. PROHIBIM COVERAGE - UNLICENSED brought. INSURANCE T. WAIVER OR TRANSFER OF RIGHTS OF 1. With respect to loss sustained by any RECOVERY AGAINST OTHERS TO US Insured in a country or jurisdiction in 1. If the insured has rights to recover which we are not licensed to provide all or part of any payment we have this insurance, this Insurance does made under this insurance, those not apply to the extent that insuring rights are transferred to us and the such loss would violate the laws or insured must do nothing after loss to regulations of such country or impair them. At our request, the jurisdiction. insured will bring suit or transfer 2. We do not assume responsibility for: those rights to us and help us, and with respect to Coverage A, the a. The payment of any fine, fee, "underlying insurer", enforce them. penalty or other charge that may If the insured has agreed in be Imposed on any person or a contract or agreement to waive organization in any country or that Insured's right of recovery jurisdiction because we are not against any person or organization, licensed tprovide insurance in we waive our right of recovery such country or jurisdiction; or against that person or organization, III, The furnishing of certificates or but only for payments we make other evidence of Insurance in any because of an "event" that takes country or Jurisdiction in which we place or is committed subsequent to are not licensed to provide the execution of that contract or insurance. agreement by such insured. 0. PROHIBITED COVERAGE - TRADE OR 2. Reimbursement of any amount II;COWMIC SANCTIONS recovered will be made in the We will provide coverage for any loss, following order. or otherwise will provide any benefit, a. First, toany person or only to the extent that providing such organization (including us or the coverage or benefit does not expose us insured) who has paid any amount or any of our affiliated or parent in excess of the applicable limit companies to, of insurance; 1. Any trade or economic sanction under h. Next, to us; and any law or regulation of the United C, Then, to any person or States of America; or organization C. the insured 2. Any other applicable trade or and with respect to Coverage A, economic sanction, prohibition or the "underlying insurer") that is restriction. entitled to claim the remainder, if R. REPRESENTATIONS any. By accepting this insurance, you agree. S. Expenses incurred in the process of recovery will be divided among all 1. The statements in the Declarations persons or organizations receiving and any subsequent notice relating to amounts recovered according to the "underlying insurance" are accurate ratio of their respective recoveries. and complete; U. TRANSFER OF YOUR RIL°>fi1TS AND DUTIES 2. Those statements are based upon UWDFR THIS INSURANCE representations you made to us; and 1, your rights and duties under this 3. We have issued this Insurance in Insurance may not be transferred reliance upon your representations. without our written consent except in S. SEPARATION OF INSUREDS the case of death of an individual Named Insured. Except with respect to the Limits of 2, If you die, your rights and duties will Insurance, and any rights or duties be transferred to your legal specifically assigned in this policy to representative but only while acting the first Named Insured shown in the Declarations, this insurance applies: within the scope of duties as your legal representative. Until your legal 1. As if each Named Insured were the representative is appointed, anyone only Named Insured; and having proper temporary custody of your property will have your rights and duties but only with respect to that property. Page 16 of 23 0 2016 The Travelers Indemnity Company. All rights rosorved. EU 00 01 07 16 N a UMBRELLA yQ iS V. 1,110INTEMTIONAL 00193I0id OR ERMIN 3. "Electronic data" means information, • The unintentional omission of, or facts or programs stored as or on, v created or used on, or transmitted to unintentional error in, any information or from computer software fincludin provided by you which we refied upon in systems and applications software], issuing this policy will not prejudice your rights under this insurance. hard or floppy disks. CD-ROMs, However, this provision does not affect tapes, drives, cells, data processing devices or any other media Which are our right to collect additional premium or to exercise our rights of cancellation used with electronically controlled or nonrenewal in accordance with equipment. applicable insurance laws or regulations. 4. "Event" means an "occurrence", W. WOW BOSS IS PAYABLEoffense, accident, act, error, omission, wrongful act or loss. If we are liable under this insurance, we S. "Extended reporting period" means o will pay for Injury, damage or loss after. any period of time, starting With the 1. The insured's liability is established end of the policy period of your Z by: claims-made insurance, during which a A court decision; or claims or "suits" may be first made, co brought or reported for that b. A written agreement between the insurance. 4* claimant, the Insured, any S, "Medical expenses" means expenses "underlying Insurer" and us; and to which any Medical Payments v a. The amount of the "applicable section of any policy of Commercial underlying limit" or "self-insured General Liability "underlying retention" is paid by or on behalf of Insurance" applies. the insured. 7. "Other insurance" means insurance, or d SECTION VI - DEFINITIONS the funding of losses, that is A. With respect to all coverages of this provided by, through or on behalf of: m insurance: a Another insurance company; 1. "Applicable underlying limit" means b. Us or any of our affiliated the sum of: insurance companies; a. The applicable limit of insurance c. Any risk retention group; stated for the policies of d. Any self-insurance method or "underlying Insurance" in the program, in Which case the insured Schedule Of Underlying Insurance will be deemed to be the provider subject to the provisions In Paragraphs 4.a,(1), (2) and (S) of of such insurance; or COVERAGE A - EXCESS FOLLOW- a Any similar risk transfer or risk FORM LIABILITY of SECTION I - management method. li COVERAGES; and "Other insurance" does not include: b. The applicable limit of Insurance a Any "underlying insurance"; or of any "other insurance" that applies. h. Any policy of insurance specifically purchased to be ® The limits of insurance in any policy excess of the limits of insurance of "underlying insurance" will apply of this pollcy shown in the = even if: Declarations. a The "underlying Insurer" claims 8. "Products-completed operations the insured failed to comply with hazard": any term or condition of the policy; or Includes all "bodily injury" and ff property damage occurring away I� b. The "underlying insurer" becomes from premises you own or rent bankrupt or insolvent. and arising out of "your product" 2. "Auto hazard" means all "bodily or "your work" except: injury" and "property damage" to (1) Products that are stili In your which liability insurance afforded physical possession; or under an auto policy of "underlying insurance" would apply but for the (Z) Work that has not yet been exhaustion of its applicable limits of completed or abandoned. insurance. However, "your work" will be deemed completed at the earliest of the following times: IEU 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved. Fuge 17 of 23 UMBRELLA (a) When all the work called Liability Insurance. for in your contract has c, Does not include any part of the been completed; policy period of any of the ` (b) When all the work to be policies described in Paragraphs a done at the job site has or b, above that began before, or been completed if your that continues after, the policy contract calls for work at period of this Excess Follow-Form more than one job site; or And Umbrella Liability Insurance. (e) When that part of the work 11. "Underlying Insurer" means any done at a job site has been Insurer which provides a policy of put to its intended use by insurance listed In the Schedule Of any person or organization Underlying Insurance. other than another can- 0. With respect to Coverage 0 and, to the tractor or subcontractor extent that the following terms are not working an the same project. Coverage A: in defined in the "underlying insurance", to Work that may need service, maintenance, correction, repair 1. "Advertisement" means a notice that or replacement, but which is is broadcast or published to the otherwise complete, will be general public or specific market treated as completed. segments about your goods, products Injury" or services for the purpose of b. boas not include "bodily j Y attracting customers or supporters. or "property damage" arising out For the purposes of this definition: of, (1) The transportation of property, a Notices that are published include Y, material placed on the Internet or unless the injury or damage on similar electronic means of arises out of a condition in or communication; and on a vehicle not owned or operated by you, and that b. Regarding web sites, only that condition was created by the part of a web site that is about "loading or unloading" of that your goods, products or services vehicle by any insured; for the purposes of attracting customers or supporters is (2) The existence of tools, considered an advertisement. uninstalled equipment or 2. "Advertising Injury": abandoned or unused materials; or a. Means injury, other than "personal (3) Products or operations for injury", caused by one or more of which the classification listed the following offenses: in a policy of Commercial (11 Oral or written publication, General Liability "underlying including publication by insurance" states that products- electronlc means, of material completed operations are in your "advertisement" that subject to the General slanders or libels a person or Aggregate Limit. organization or disparages a 0. "Suit" means a civil proceeding which person's or organization's alleges damages. "Suit" includes: goods, products or services, provided that the claim is a An arbitration proceeding in which made or the "suit" is brought damages are claimed and to which by a person or organization the insured must submit or does that claims to have been submit with our consent; or slandered or libeled, or that b. Any other alternative dispute claims to have had its goods, resolution proceeding to which the products or services insured submits with our consent. disparaged; 10. "Underlying insurance".` (2) Oral or written publication, including publication by a. Means the policy or policies of electronic means, of material insurance listed in the Schedule in your "advertisement" that: Of Underlying Insurance. (a) Appropriates a person's b. Includes any renewal or replace- name, voice, photograph or ment of such policies if such likeness; or renewal or replacement is during the policy period of this Excess (b) Unreasonably places a Follow-Form And Umbrella person in a false light; or Page 18 of 23 0 2016 The Travelers indemnity Company. All rights reserved. Ell 00 01 07 16 C4 5� UMBRELLA ?5 (3) Infringement of copyright, of any credit, debit, bank or other "title" or "slogan" in your financial account; "advertisement", provided that 6. Information bearing on a person's the clan is made or the "suit" credit worthiness, credit standing is brought s by a person or g organization that claims owner- or credit capacity; ship of such copyright, "title" c. Social security number; or "slogan". d ®river's license number; or $ h. Includes "bodily injury" caused by one or more of the offenses a. Birth date. ~ described in Paragraph a. above. 7. "Consumer financial protection law" 3. "Auto" means: means; ►� a, A land motor vehicle, trailer or a The Fair Credit Reporting Act c semitrailer designed for travel on (FCRA) and any of its public roads, including any amendments, including the Fair attached machinery or equipment; and Accurate Credit Transactions „ or Act (FACTA); en h. Any other land vehicle that is h. California's Song-Beverly Credit subject to a compulsory or Card Act and any of its financial responsibility law or amendments; or other motor vehicle insurance law G Any other law or regulation that where it is licensed or principally restricts or prohibits the _ garaged. collection, dissemination, trans- However, "auto" does not include mission, distribution or use of consumer financial identity 'mobile equipment". 0 4. "Bodily injury" means: Information", 8. "Employee" includes a "leased a Physical harm, Including sickness worker". "Employee" does not include „ or disease, sustained by a person; a "temporary worker". or 9. "Good Samaritan services" means L Mental anguish, Injury or illness, any emergency medical services for or emotional distress, resulting at which no compensation is demanded any time from such physical harm, or received. sickness or disease. 10. "Impaired property" means tangible S. "Broadcasting" means transmitting property, other than "your product" any audio or visual material for any or "your work", that cannot be used purpose: or is less useful because: a By radio or television; or It incorporates "your product" or b. In, by or with any other electronic "your work" that is known or means of communication, such as thought to be defective, deficient, the Internet, if that material is inadequate or dangerous; or part of: 6. You have failed to fulfill the (1) Radio or television terms of a contract or agreement; programming being transmitted; if such property can be restored to Comm (2) Other entertainment, educat- use by the repair, replacement, adjustment or removal of "your ional, instructional, music or product" or "your work" or your s� news programming being trans- mitted; or fulfilling the terms of the contract or agreement. (3) Advertising transmitted with 11, "Leased worker" means a person any such programming, leased to you by a labor leasing firm 6. "Consumer financial identity under an agreement between you and information" means any of the the labor leasing firm, to perform following Information for a person duties related to the conduct of your that Is used or collected for the business. "Leased worker" does not purpose of serving as a factor in include a "temporary worker". establishing such person's eligibility 1x. ""Loading or unloading" means the for personal credit, insurance or employment or for the purpose of handling of property: conducting a business transaction: a, After it is moved from the place a. Part or all of the account number, where It Is accepted for the expiration date or the balance movement Into or onto an aircraft, BU 00 01 07 16 0 2016 The Travelers indemnity Company. All rights reserved. Page 19 of 23 UMBRELLA watercraft or "auto"; (1) Equipment designed primarily b. While it is in or on an aircraft, for: watercraft or "auto"; or (a) Snow removal; + c. While it is being moved from an (b) Road maintenance, but not aircraft, watercraft or "auto" to construction or resurfacing; the place where it is finally or del ivered; (C) Street cleaning; but "loading or unloading" does not include the movement of property by (2) Cherry pickers and similar means of a mechanical device, other devices mounted on automobile than a hand truck, that is not or truck chassis and used to attached to the aircraft, watercraft or raise or lower workers; and "auto". (3) Air compressors, pumps and 13. "Mobile equipment" means any of the generators, including spraying, following types of land vehicles, welding, building cleaning, Including any attached machinery or geophysical exploration, lighting equipment: and well servicing equipment. a Bulldozers, farm machinery, However, "mobile equipment" does forklifts and other vehicles not include any land vehicle that Is desiggned for use principally off subject to a compulsory or financial public roads. responsibility law, or other motor vehicle b. Vehicles maintained for use solely licensed insurance orprinci all y� where it is principally garaged. Such an or next to premises you own land vehicles are considered "autos". or rent. 14. "Occurrence" means: G. Vehicles that travel on crawler treads. a. With respect to "bodily injury" or d. Vehicles, whether self-propelled or "property damage not, maintained primarily to 111 An accident, including contin- provide mobility to permanently uous or repeated exposure to mounted: substantially the same general harmful conditions, which (1) Power cranes, shovels, loaders, results in "bodily injury" or diggers or drills; or "property damage". All "bodily (2) Road construction or injury" or "property damage' resurfacing equipment such as caused by such exposure to graders, scrapers or rollers. substantially the same general harmful conditions will be e. Vehicles not described in Paragraph deemed to be caused by one IL, b., e. or d, above that are not "occurrence"; or self-propelled and are maintained primarily to provide mobility to (Z} iact yr omission committed n permanently attached equipment of providing or failing to the following types: provide first aid or "Good Samaritan services" to a (1) Air compressors, pumps and person by any of your generators, including spraying„ "employees" or "volunteer welding, building cleaning, workers" other than an geophysical exploration, lighting employed or volunteer doctor, and well servicing equipment; unless you are in the business or or occupation of providing (2) Cherry pickers and similar professional health care services; devices used to raise or lower workers. b. With respect to "personal injury", 1f. Vehicles not described in Paragraph an offense arising out of your a, h, c. or d, above maintained business that results personal injurypurposes other than caused All "personal "personal injury" primarily for pur p caused by the same or related the transportation of persons or injurious material, act or offense cargo. will be deemed to be caused by However, self-propelled vehicles one "occurrence", regardless of with the following types of the frequency or repetition permanently attached equipment thereof, the number and kind of are not mobile equipment but media used or the number of will be considered "autos"_ persons or organizations making claims or bringing "suits"; and Page 20 of 23 a 2016 The Travelers indemnity Compnny. All rights reserved EU 00 01 07 16 o UMBRELLA oC. With respect to "advertising b. Includes "bodily injury" caused by Injury", an offense committed in one or more of the offenses u the course of advertising your described in Paragraph a, above. goods, products and services that 11. "pollutants" mean an solid, liquid, results in advertising injury". All y "advertising injury" caused by the gaseous or thermal irritant or same or related Injurious material, contaminant, Including smoke, vapor, act or offense will be deemed to soot, fumes, acids, alkalis, chemicals $ be caused by one "occurrence". and waste. Waste includes materials regardless of the frequency or to be recycled, reconditioned or r' repetition thereof, the number and reclaimed. kind of media used or the number 18. "Property damage" means: of persons or organizations making claims or bringing "suits". a physical injury to tangible property, including all resulting 0 15. "Officer" means a person holding any loss of use of that property. All of the officer positions created by such loss of use will be deemed your charter, constitution, bylaws or to occur at the time of the any other similar governing document, physical injury that caused It; or 16. "Personal injury": IL Loss of use of tangible property Q a Means injury, other than that is not physically injured. All "advertising injury", caused by such loss of use will be deemed W one or more of the following to occur at the time of the a offenses: "occurrence" that caused It. f (1) False arrest, detention or For the purposes of this insurance, Imprisonment; electronic data is not tangible C4 property. o (2) Malicious prosecution; 19. "Self-insured retention" is the greater V (3) The wrongful eviction from, of: w wrongful entry into, or invasion of the right of private a The amount shown in the occupancy of a room, dwelling Declarations which the insured or premises that a person must first pay under Coverage 'S occupies, provided that the for damages because of all wrongful eviction, wrongful "bodily injury", of entry or invasion of the right damage", "personal injury" or of private occupancy Is "advertising injury" arising out of committed by or on behalf of any one "occurrence"; or the owner, landlord or lessor b. The applicable limit of insurance of that room, dwelling or of any "other insurance" that premises; applies. 14) Oral or written publication. 20. "Slogan": including publication by a< Means a phrase that others use electronic means. of material that slanders or libels a person for the purpose of attracting or organization or disparages a attention In their advertising. person's or organization's b. Does not include a phrase used goods, products or services, as, or in, the name of: provided that the claim is made or the "suit" is brought (1) Any person or organization by a person or organization other than you; or that claims to have been (2) Any business, or any of the slandered or libeled, or that claims to have had Its goods, premises, goods, products, products or services services or work, of any disparaged; or person or organization other than you. _ (5) Oral or written publication, 21. "Temporary worker" means a person including publication by who Is furnished to you to substitute electronic means, of material for a permanent "employee" on leave that: or to meet seasonal or short-term (a) Appropriates a person's workload conditions. name, voice, photograph or 22. "Title" means the name of a literary likeness; or or artistic work. (b) Unreasonably places a person in a false light. EU 00 01 07 16 0 2016 The Travelers Indemnity Company. All rights reserved Page 21 of 23 UMBRELIPA 23. "Unsolicited communication" means C. With respect to Coverage C: any communication, in any form, that "Crisis management advisor" means�• the recipient of such communication any public relations firm or crisis did not specifically request to receive. management firm approved by us that is hired by you to perform "crisis 24. "Volunteer worker" means a person management services" in connection who is not your "employee", and with a "crisis management event". who donates his or her work and acts Z. "Crisis management event" means an at the direction of and within the "event" or "occurrence" that your scope of duties determined by you, Prexecutive offIcar" reasonably and Is not paid a fee, salary or other determines has resulted, or may compensation by you or anyone else for their work performed by you. result, in: 25. "Your product". a. Damages covered by this a Means: Coverage A or Coverage 0 that are In excess of the total (1) Any goods or products, applicable limits of the "under- other than real property, lying insurance or self-insured manufactured, sold, handled, retention"; and distributed or disposed of by: b. Significant adverse regional or (a) You; national media coverage. (b} Others trading under your 3. "Crisis management service expenses means amounts incurred by name; or you, after a "crisis management (c) A person or organization event" first commences and before whose business or assets such event ends: you have acquired; and a• For the reasonable and necessary: (2) Containers (other than vehicles), (1) Fees and expenses of a "crisis materials, parts or equipment management advisor" In the furnished in connection with performance for you of "crisis such goods or products. management services" solely b. Includes: for a "crisis management [1} Warranties or representations event"; and made at any time with respect {2) Costs for printing, advertising, to the fitness, quality, dura- mailing of materials or travel billty, performance or use of by your directors, officers, "your product"; and employees or agents or a management advisor" "crisis manag (2) The providing of or failure to provide warnings or solely for a "crisis manage- Instructions. ment event"; and b. For the following expenses c. Does not include vending resulting from such "crisis machines or other property rented management event", provided that to or located for the use of such expenses have been approved others but not sold, by us. 26. "Your work": (1) Medical expenses; a Means: (2) Funeral expenses; (1) Work or operations performed by you or on your behalf; and C3) Psychological counseling; (2) Materials, parts or equipment [4} Travel expenses; furnished In connection with (5) Temporary living expenses; such work ,or operations. b. Includes: (6) of penaes, tcrisismanage the scene ementmanagement (1) Warranties or representations event"; or made at any time with respect (7) Any other expenses pre- to the fitness, quality, approved by us. durability, performance or use of "your work"; and (2) The providing of or failure to provide warnings or Instructions. Page 22 of 23 0 2016 The Travelers Indemnity Company, All rights reserved. Elf 00 Q9 07 116 N o UMBRELLA 4. "Crisis management services" means d. President; those services performed by a "crisis g. General Counsel; management advisor" in advising you or minimizing potential harm to you f. General partner (if you are a from a "crisis management event" by partnership); or maintaining or restoring public confidence in you. g Sole proprietor (if you are a sole r 5. "Executive officer" means your: proprietorship); $ or any person acting in the some a Chief Executive Officer; capacity as any individual listed " b. Chief Operating Officer; above. C. Chief Financial Officer; s, 0 m �r m a as N a r a N 0 O V il® ire I� I� Eli 00 01 07 16 0 2016 The TravolQprs Indemrnty Company. All rights reserved. Page 23 of 23 Policy #85316434 COMMERCIAL GENERAL LIABILITY CG 20 38 04 13 THIS ENDORSEMEMT CHAHOES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURE® ® OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS FOR OTHER PARTIES WHEN REQUIRED IN WRITTEN CONSTRUCTION AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured: additional insureds, the following additional 1. Any person or organization for whom you are exclusions apply: performing operations when you and such This insurance does not apply to: person or organization have agreed in writing 1. "Bodily injury", "property damage" or "personal in a contract or agreement that such person or and advertising injury" arising out of the organization be added as an additional insured rendering of, or the failure to render, any on your policy;and professional architectural, engineering or 2. Any other person or organization you are surveying services, including: required to add as an additional insured under a. The preparing, approving, or failing to the contract or agreement described in prepare or approve, maps, shop drawings, Paragraph 1. above. opinions, reports, surveys, field orders, Such person(s) or organization(s) is an additional change orders or drawings and insured only with respect to liability for "bodily specifications; or injury", "property damage" or "personal and b, Supervisory, inspection, architectural or advertising injury" caused, in whole or in part, by: engineering activities. a. Your acts or omissions; or This exclusion applies even if the claims against b. The acts or omissions of those acting on any insured allege negligence or other wrongdoing your behalf; in the supervision, hiring, employment, training or in the performance of your ongoing operations for monitoring of others by that insured, if the the additional insured. "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused However, the insurance afforded to such the "personal and advertising injury", additional insured described above: pinvolved the rendering of, or the failure to render, any a. Only applies to the extent permitted by law; professional architectural, engineering or and surveying services. b. Will not be broader than that which you are 2. 'Bodily injury" or "property damage" occurring required by the contract or agreement to after: provide for such additional insured. a. All work, including materials, parts or A person's or organization's status as an equipment furnished in connection with additional insured under this endorsement ends such work, on the project (other than when your operations for the person or service, maintenance or repairs) to be organization described in Paragraph 1. above are performed by or on behalf of the additional completed. insured(s) at the location of the covered operations has been completed; or CG 20 33 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 2 b. That portion of"your work" out of which the 2. Available under the applicable Limits of injury or damage arises has been put to its Insurance shown in the Declarations; intended use by any person or organization whichever is less. other than another contractor or subcontractor engaged in performing This endorsement shall not increase the operations for a principal as a part of the applicable Limits of Insurance shown in the same project. Declarations. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph A.1.;or Page 2 of 2 0 Insurance Services Office, Inc., 2012 CG 20 38 04 13 POLICY NUMBER: 85316434 COMMERCIAL GENERAL LIABILI'T'Y CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION TO WHOM LOCATIONS DESIGNATED AND YOU HAVE AGREED TO NAME AS ADDI— DESCRIBED IN THE ABOVE TIONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREEMENT AGREEMENT IS EXECUTED PRIOR TO LOSS InfomnatIon re uired to complete this Schedule if not shown above, will be shown In the Declarations. A. Section II — Who IS An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage" caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on be half of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and i. Required by the contract or agreement;or included in the "products -completed operations 2. Available under the applicable Limits of hazard". However: Insurance shown In the Declarations; 1. The insurance afforded to such additional whichever is less. Insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations, 2. If coverage provided to the additional insured Is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 Policy #85316434 COMMERCIAL GENERAL.LIABILITY CC's 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that. (1) The additional insured is a Named Insured under such other insurance; and CG 20 0104 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 Policy #85316434 CG 72 80 07 17 LIMITED EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. * Extended Property Damage * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage * Coverage for non-owned watercraft is extended to 51 feet in length * Property Damage - Borrowed Equipment Property Damage Liability - Elevators * Coverage D -Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate * Coverage E -Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate - $500 Deductible * Coverage F - Electronic Data Liability Coverage - $50,000 *Coverage G - Product Recall Expense $25,000 Each Recall Limit with a $50,000 Aggregate - $1,000 Deductible *Coverage H -Water Damage Legal Liability -$25,000 * Coverage I - Designated Operations Covered by a Consolidated (Wrap-Up) Insurance Program - Limited Coverage * increase in Supplementary Payments: Bail Bonds to $1,000 * Increase in Supplementary Payments: Loss of Earnings to $500 * For newly formed or acquired organizations - extend the reporting requirement to 180 days * Broadened Named Insured •Automatic Additional Insured -Vendors W Automatic Additional Insured - Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You *Automatic Additional Insured - Managers or Lessor of Premises *Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured *Additional Insured -State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations *Additional Insured -Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only - Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You *Additional Insured - Employee Injury to Another Employee *Automatically included -Aggregate Limits of Insurance (per location) *Automatically included -Aggregate Limits of Insurance (per project) * Knowledge of occurrence - Knowledge of an 'occurrence", "claim or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee Blanket Waiver of Subrogation * Liberalization Condition * Unintentional failure to disclose all hazards. if you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. * 'Insured Contract" redefined for Limited Railroad Contractual Liability " Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 lbs GVW * Bodily Injury Redefined REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 12 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 12 CG 72 80 07 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. LIMITED EXTENDED ULTRA LIABILITY IGLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION I m COM ERAGES A. The following changes are made at COVERAGE A- BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Extended Property Damage At 2. Exclusions exclusion a. Expected or Intended Injury is replaced with the following: "Bodily injury" or"property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability At 2. Exclusions the last paragraph is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of this owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE . 3. Non-Owned Watercraft At 2. Exclusions exclusion g. Aircraft, Auto Or Watercraft (2)(a) is deleted and replaced by the following: (a) Less than 51 feet long; 4. Property Damage — Borrowed Equipment At 2. Exclusions the following is added to paragraph (4) of exclusion j. Damage To Property: This exclusion does not apply to "property damage" to borrowed equipment while at a jobsite and while not being used to perform operations. The most we will pay for "property damage" to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. S. Property Damage Liability —Elevators At 2. Exclusions the following is added to paragraphs (3), (4) and (6) of exclusion j. Damage To Property: This exclusion does not apply to "property damage" resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. B. The following coverages are added: 1. COVERAGE D-VOLUNTARY PROPERTY DAMAGE COVERAGE "Property damage" to property of others caused by the insured: a. While in your possession; or b. Arising out of"your work". Coverage applies at the request of the insured, whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j. Damage to Property is deleted and replaced by the following: CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 12 CG 72 80 07 17 j. Damage to Property "Property damage" to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any "automobile", "watercraft' or"aircraft" you own, hire or lease; (3) Property you own, rent, lease, borrow or use. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 2. COVERAGE E - CARE, CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care, Custody and Control Property Damage Coverage only: a. Item (4) of Exclusion j. does not apply. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 3. COVERAGE F - ELECTRONIC DATA LIABILITY COVERAGE For the purposes of this Electronic Data Liability Coverage only: a. Exclusion p. of Coverage A— Bodily Injury And Property Damage Liability in Section I — Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate "electronic data" that does not result from physical injury to tangible property. However, this exclusion does not apply to liability for damages because of"bodily injury". b. "Property Damage" means: (1) Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or (2) Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the 'occurrence" that caused it; or (3) Loss of, loss of use of, damage to, corruption of, inability to access or inability to properly manipulate "electronic data", resulting from physical injury to tangible property. All such loss of"electronic data" shall be deemed to occur at the time of the 'occurrence" that caused it. For the purposes of this Electronic Data Liability Coverage, "electronic data" is not tangible property. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE 4. COVERAGE G - PRODUCT RECALL EXPENSE a. Insuring Agreement (1) We will pay 90% of "product recall expense" you incur as a result of a "product recall' you initiate during the coverage period. (2) We will only pay for "product recall expense" arising out of "your products" which have been physically relinquished to others. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 12 CG 72 80 07 17 b. Exclusions This insurance does not apply to "product recall expense" arising out of: (1) Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of, or could reasonably have foreseen that would have resulted in a "product recall'. (2) Deterioration, decomposition or transformation of a chemical nature, except if caused by an error in the manufacture, design, processing, storage, or transportation of"your product". (3) The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. (4) Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. (5) Inherent vice, meaning a natural condition of property that causes it to deteriorate or become damaged. (6) 'Bodily Injury" or"Property Damage". (7) Failure of "your product" to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. (8) Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. (9) Legal fees or expenses. (10) Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product'. (11) "Product recall expense" arising from the "product recall' of any of "your products" for which coverage is excluded by endorsement. (12) Any "product recall' initiated due to the expiration of the designated shelf life of"your product'. 5, COVERAGE H -WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage H (Section 1) applies to "property damage" arising out of water damage to premises that are both rented to and occupied by you. The Limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. The amount we will pay is limited as described below in SECTION III - LIMITS OF INSURANCE 6. COVERAGE I — DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED (WRAP-UP) INSURANCE PROGRAM The following exclusion is added to Paragraph 2. Exclusions of SECTION I — COVERAGES COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE LIABILITY: r. This insurance does not apply to "bodily injury" or "property damage" arising out of either your ongoing operations or operations included within the "products-completed operations hazard" for any "consolidated (Wrap-up) insurance program" which has been provided by the prime contractor I project manager or owner of the construction project in which you are involved. This exclusion applies whether or not a consolidated (Wrap-up) insurance program: a. Provides coverage identical to that provided by this Coverage Part; or b. Has limits adequate to cover all claims. This exclusion does not apply if a "consolidated (Wrap-up) insurance program" covering your operations has been cancelled, non-renewed or otherwise no longer applies for reasons other than exhaustion of all available limits, whether such limits are available on a primary, excess or on any other basis. You must advise us of such cancellation, nonrenewal or termination as soon as practicable. For purposes of this exclusion a "consolidated (wrap-up) insurance program" is a program providing insurance coverage to all parties for exposures involved with a particular (typically major) construction project. CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 12 CG 72 80 07 17 C. SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended: 1. To read SUPPLEMENTARY PAYMENTS 2. Ball Bonds Item 1.b. is amended as follows: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 3. Loss of Earnings Item 1.d. is amended as follows: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to $500 a day because of time off from work. 4. The following language is added to Item 1. However, we shall have none of the duties set forth above when this insurance applies only for Voluntary Property Damage Coverage and/or Care, Custody or Control Property Damage Coverage and we have paid the Limit of Liability or the Aggregate Limit for these coverages. SUTI®N II m WHO IS AN INSURED A. The following change is made: Extended Reporting Requirements Item 3.a. is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. B. The following provisions are added: 4. BROAD FORM NAMED INSURED Item 1.f. is added as follows: f. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period only if there is no other similar insurance available to that entity. However: (1) Coverage A does not apply to "bodily injury' or "property damage" that occurred before you acquired more than 50 percent of the voting stock; and (2) Coverage B does not apply to "personal and advertising injury' arising out of an offense committed before you acquired more than 50 percent of the voting stock. 5. Additional Insured -Vendors a. Any person(s) or organization(s) (referred to throughout this additional coverage as vendor), but only with respect to "bodily injury' or "property damage", which may be imputed to that person(s) or organization(s) arising out of "your products" shown with the Schedule which are distributed or sold in the regular course of the vendor's business is an insured. However: (1) The insurance afforded to such vendor only applies to the extent permitted by law; and (2) If coverage provided to the vendor is required by a contract or agreement, the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. b. With respect to the insurance afforded to these vendors, the following additional exclusions apply: (1) This insurance afforded the vendor does not apply to: (a) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 12 CG 72 80 07 17 (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container. (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of products. (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product. (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. (h) 'Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: i. The exceptions contained in Sub-paragraphs d. or f.; or fl. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 6. Additional Insured — Lessor of Leased Equipment — Automatic Status When Required in Lease Agreement With You a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you, which may be imputed to such person or organization as the lessor of equipment. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 7. Additional Insured —Managers or Lessors of Premises a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (1) Any "occurrence" which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) shown in the Schedule. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 12 CG 72 80 07 17 8. Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for "bodily injury" or "property damage" or "personal and advertising injury" which may be imputed to that architect, engineer or surveyor arising out of: (1) Your acts or omissions; or (2) Your acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. But only if such architects, engineers or surveyors, while not engaged by you, are contractually required to be added as an additional insured to your policy. However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. 9. Additional Insured - State or Governmental Agency or Subdivision or Political Subdivision - Permits or Authorizations Any state or governmental agency or subdivision or political subdivision is an insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or"property damage" included within the "products-completed operations hazard". 10. Additional Insured Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only - Owners, Lessees or Contractors a. Any persons or organizations for whom you are performing operations, for which you have elected to seek coverage under a Consolidated Insurance Program, when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured. Such person or organization is an additional insured only with respect to your liability which may be imputed to that person or organization directly arising out of your ongoing operations performed for that person or organization at a premises other than any project or location that is designated as covered under a Consolidated Insurance Program. A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed. CG 72 60 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 12 CG 72 80 07 17 b. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies. This insurance does not apply to: "Bodily injury", "property damage", or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection 11. Additional Insured - Employee Injury to Another Employee With respect to your "employees" who occupy positions which are supervisory in nature: Paragraph 2.a.(1) of SECTION II —WHO IS AN INSURED is amended to read: a. "Bodily injury' or"personal and advertising injury" (1) To you, to your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (2) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph (1)(a) above; or (3) Arising out of his or her providing or failing to provide professional healthcare services. Paragraph 3.a. is deleted. For the purpose of this Item 11 only, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, direct, discipline or discharge. SECTION III - LIMITS OF INSURANCE A. The following Items are deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard"; and c. Damages under Coverage B; and d. Damages under Coverage H. 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of "bodily injury" and "property damage" included in the "products-completed operations hazard" and Coverage G. 6. Subject to 5. above, the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added: 8. Subject to Paragraph 5. of SECTION III — LIMITS OF INSURANCE $25,000 is the most we will pay under Coverage H for Water Damage Legal Liability. 9. Coverage G - Product Recall Expense Aggregate Limit $50,000 Each Product Recall Limit $25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of all "product recalls" you initiate during the endorsement period. CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 12 CG 72 80 07 17 b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall' you initiate during the endorsement period. We will only pay for the amount of Product Recall Expenses which are in excess of the deductible amount. The deductible applies separately to each Product Recall. The limits of insurance will not be reduced by the amount of this deductible. We may, or will if required by law, pay all or any part of any deductible amount. Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. 10. Aggregate Limits of Insurance (Per Location) The General Aggregate Limit applies separately to each of your 'locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of Insurance (Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. 12. With respects to the insurance afforded to additional insureds afforded coverage by items 5 through 11 of SECTION II —WHO IS AN INSURED above, the following is added: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; b. Available under the applicable Limits of Insurance shown in the Declarations; Whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 13. Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $5,000 'occurrence" limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for damages because of "property damage" covered under Coverage D -Voluntary Property Damage Coverage. For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 14. Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $25,000 "occurrence" limit and a $100,000 "aggregate" limit is the most we will pay under Coverage E - Care, Custody and Control Coverage regardless of the number of.- a. f:a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". Deductible - Our obligation to pay damages on your behalf applies only to the amount of damages in excess of $500. This deductible applies to all damages because of "property damage" as the result of any one 'occurrence" regardless of the number of persons or organizations who sustain damages because of that 'occurrence". We may pay any part or all of the deductible amount to effect settlement of any claim or "suit' and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As respects this coverage "Aggregate" is the maximum amount we will pay for all covered 'occurrences" during one policy period. CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 9 of 12 CG 72 80 07 17 For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for each coverage, and we are granted discretion in making payments under this coverage. 15. Subject to 5. of SECTION III — LIMITS OF INSURANCE, the most we will pay for "property damage" under Coverage F - Electronic Data Liability Coverage for loss of "electronic data" is $50,000 without regard to the number of"occurrences". SECTION IV - QOMMERGIAL GENERAL LIABILITY �OMTIONS A. The following conditions are amended: 1. Knowledge of Occurrence a. Condition 2., Items a. and b. are deleted and replaced by the following: (1) Duties In The Event Of Occurrence, Offense, Claim Or Suit (a) You must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. Knowledge of an "occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. To the extent possible, notice should include: i. How, when and where the "occurrence" took place; ii. The names and addresses of any injured persons and witnesses, and iii. The nature and location of any injury or damage arising out of the "occurrence" or offense. (b) If a claim is made or"suit" is brought against any insured, you must: i. Immediately record the specifics of the claim or "suit" and the date received; and ii. Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit" as soon as practicable. Knowledge of a claim or "suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad Form Named Insured is added in SECTION II — WHO IS AN INSURED of this endorsement, Condition 4. Other Insurance b. Excess Insurance (1).(a) is replaced by the following: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis, that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock, and not withstanding any other language in any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. B. The following are added: 10. Condition (5) of 2-c- (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. 11. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or on your behalf, done under a contract with that person or organization, "your work", or "your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or "property damage" occurs or the "personal and advertising injury' offense is committed. 12. Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 10 of 12 CG 72 80 07 17 13. Unintentional Failure to Disclose All Hazards Based on our reliance on your representations as to existing hazards, if you unintentionally should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 14. The following conditions are added in regard to Coverage G - Product Recall Expense In event of a "product recall', you must a. See to it that we are notified as soon as practicable of a "product recall'. To the extent possible, notice should include how, when and where the "product recall' took place and estimated "product recall expense". b. Take all reasonable steps to minimize "product recall expense". This will not increase the limits of insurance. c. If requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, sworn statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. e. Cooperate with us in the investigation or settlement of any claim. f. Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. 15. Limited Railroad Contractual Liability The following conditions are applicable only to coverage afforded by reason of the redefining of an "insured contract" in the DEFINITIONS section of this endorsement: a. Railroad Protective Liability coverage provided by ISO form CG 0035 with minimum limits of$2,000,000 per occurrence and a $6,000,000 general aggregate limit must be in place for the entire duration of any project. b. Any amendment to the Other Insurance condition of form CG 0035 alters the primacy of the coverage or which impairs our right to contribution will rescind any coverage afforded by the redefined "insured contract" language. c. For the purposes of the Other Insurance condition of form CG 0035 you, the named insured, will be deemed to be the designated contractor. SECTION V - DEFINITIONS A. At item 12. Mobile Equipment the wording at f.(1) is deleted and replaced by the following: f.(1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning; except for such vehicles that have a gross vehicle weight less than 1,000 lbs which are not designed for highway use. B. Item 3. "bodily injury" is deleted and replaced with the following: 3. 'bodily injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. C. Item 9. "Insured Contract' c. is deleted and replaced with the following: c. Any easement or license agreement; CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 11 of 12 CG 72 80 07 17 D. Item S. "Insured Contract" f.(1) is deleted E. The following definitions are added for this endorsement only: 23. "Electronic data" means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tape drives, cells, data processing devices or any other media which are used with electronically controlled equipment. 24. "Product recall" means a withdrawal or removal from the market of "your product" based on the determination by you or any regulatory or governmental agency that: a. The use or consumption of "your product" has caused or will cause actual or alleged "bodily injury" or "property damage'; and b. Such determination requires you to recover possession or control of "your product" from any distributor, purchaser or user, to repair or replace "your product", but only if "your product" is unfit for use or consumption, or is hazardous as a result of: (1) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of"your product"; or (2) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. 25. "Product recall expense"means reasonable and necessary expenses for: a. Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. b. Transporting recalled products from any purchaser, distributor or user, to locations designated by you. c. Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. d. Transportation and accommodation expense incurred by your employees. e. Rental expense incurred for temporary locations used to store recalled products. f. Expense incurred to properly dispose of recalled products, including packaging that cannot be reused. g. Transportation expenses incurred to replace recalled products. h. Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a "product recall". CG 72 80 07 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 12 of 12 Policy #85316434 COMMERCIAL AUTO Cly►71 09 01 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COMMON POLICY CONDITIONS COVERAGEINDEX DESCRIPTION PAGE Temporary Substitute Auto Physical Damage 2 Broad Form Insured 2 Employee as Insureds 2 Additional Insured Status by Contract, Agreement or Permit 2 Bail Bond Coverage 3 Loss of Earnings Coverage 3 Amended Fellow Employee Coverage 3 Towing and Labor 3 Physical Damage Additional Transportation Expense Coverage 3 Extra Expense - Theft 3 Rental Reimbursement and Additional Transportation Expense 4 Personal Effects Coverage 4 Personal Property of Others 4 Locksmith Coverage 4 Vehicle Wrap Coverage 5 Airbag Accidental Discharge 5 Audio, Visual and Data Electronic Equipment Coverage 5 Auto Loan/Lease Total Loss Protection 5 Glass Repair --Deductible Amendment 5 Amended Duties in the Event of Accident, Claim, Suit or Loss 6 Waiver of Subrogation Required by Contract 6 Unintentional Failure to Disclose 6 Hired, Leased, Rented or Borrowed Auto Physical Damage 6 Mental Anguish 7 Extended Cancellation Condition 7 The COVERAGE INDEX set forth above is informational only and grants no coverage. Terms set forth in (Bold Italics) are likewise for information only and by themselves shall be deemed to grant no coverage. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 7 (Temporary Substitute Auto Physical Damage) A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I — COVERED AUTOS, paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos is amended by adding the following at the end of the existing language: If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto' you do not own while used with the permission of its owner as a temporary substitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction B. BROADENED LIABILITY COVERAGES SECTION II — LIABILITY COVERAGE in Paragraph A. Coverage at 1. Who Is An Insured is amended to include the following: (Broad Form Insured) d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. e. Any organization that is acquired or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1) That is a joint venture or partnership, (2) That is an "Insured" under any other policy, (3) That has exhausted its Limits of Insurance under any other policy, or (4) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. (Employee as Insureds) f. Any employee of yours while acting in the course of your business or your personal affairs while using a covered "auto" you do not own, hire or borrow. (Additional Insured Status by Contract, Agreement or Permit) g. Any person or organization whom you are required to add as an additional insured on this policy under a written contract or agreement; but the written contract or agreement must be: (1) Currently in effect or becoming effective during the term of this policy; and (2) Executed prior to the "bodily injury" or"property damage." The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of the ownership, maintenance or use of the covered "autos" at the location(s) designated, if any. Coverage provided by this endorsement will not exceed the limits of liability required by the written contract or written agreement even if the limits of liability stated in the policy exceed those limits. This endorsement shall not increase the limits stated in Section II. C. Limits of Insurance. For any covered "auto" you own this Coverage Form provides primary coverage. Page 2 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 C. BROADENED SUPPLEMENTARY PAYMENTS SECTION II. LIABILITY A. Coverage 2. Coverage Extensions a. Supplementary Payments (2) and (4) are replaced by the following: (Bail Bond Coverage) (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (Loss of Earnings Coverage) (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earning up to $500 a day because of time off from work. (Amended Fellow Employee Exclusion) D. AMENDED FELLOW EMPLOYEE EXCLUSION Only with respect to your "employees" who occupy positions which are supervisory in nature, SECTION II. LIABILITY B. Exclusion 5. Fellow Employee is replaced by: 5. Fellow Employee "Bodily Injury": a. To you, or your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); b. To your "executive officers" and directors (if you are an organization other than a partnership, joint venture, or limited liability company) but only with respect to performance of their duties as your officers or directors; c. For which there is an obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph a and b above; or d. Arising out of his or her providing or failing to provide professional health care services. For purposes of this endorsement, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, transfer, direct, discipline or discharge. E. BROADENED PHYSICAL DAMAGE COVERAGES SECTION III — PHYSICAL DAMAGE COVERAGE A. Coverage is amended as follows: (Towing and Labor) 2. Towing is deleted and replaced with the following: 2. Towing and Labor We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" is disabled: a. For private passenger type vehicles we will pay up to $100 per disablement. b. For all other covered "auto's" we will pay up to $500 per disablement However, the labor must be performed at the place of disablement. (Physical Damage Additional Transportation Expense Coverage) 4. Coverage Extensions a. Transportation Expenses is amended to provide the following limits: We will pay up to $60 per day to a maximum of$1,800. All other terms and provisions of this section remain applicable. The following language is added to 4. Coverage Extensions: (Extra Expense— Theft) c. Theft Recovery Expense If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay the expense of returning that stolen auto to you. The limit for this coverage extension is$5,000. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 7 (Rental Reimbursement and Additional Transportation Expense) d. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense coverage only for those Physical Damage coverages for which a premium is shown in the Declarations or schedule pages. Coverage applies only to a covered "auto". (1) We will pay for auto rental expense and the expense incurred by you because of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto." Payment applies in addition to the otherwise applicable coverage you have on a covered "auto." No deductible applies to this coverage. (2) We will pay only for expenses incurred during the policy period and beginning 24 hours after the 'loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto." If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you, or (b) 30 days. (3) Our payment is limited to the lesser of the following amounts: (a) Necessary and actual expenses incurred; or (b) $75 per day. (c) This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (d) If"loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under the SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. (Personal Effects Coverage) e. Personal Effects If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for Personal Effects stolen with the "auto". The insurance provided under this provision is excess over any other collectible insurance. For this coverage extension, Personal Effects means tangible property that is worn or carried by an "insured". (Personal Property of Others) L Personal Property of Others We will pay up to $500 for loss to personal property of others in or on your covered "auto." This coverage applies only in the event of "loss" to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overturn. No deductibles apply to this coverage. (Locksmith Coverage) g. Locksmith Coverage We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger "auto". The deductible is waived for these services. Page 4 of 7 Includes copyrighted material of insurance Services Office, Inc., with its permission. CA 71 09 01 17 (Vehicle Wrap Coverage) h. Vehicle Wrap Coverage If you have Comprehensive or Collision coverage on an "auto" that is a total loss, in addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage for any one 'loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. (Airbag Accidental Discharge) F. SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended at 3. to include the following language: If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion does not apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage applies only to a covered auto you own and is excess of any other collectible insurance or warranty. No deductible applies to this coverage. G. BROADENED LIMITS OF INSURANCE (Audio, Visual and Data Electronic Equipment Coverage) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance at 1.b. is amended to provide the following limits: b. Limits of $1,000 per 'loss" is increased to $5,000 per 'loss". All other terms and provisions of this section remain applicable. (Auto Loan/Lease Total Loss Protection) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance is amended by adding the following language: 4. In the event of a total 'loss" to a covered "auto" shown in the Schedule pages, subject at the time of the 'loss" to a loan or lease, we will pay any unpaid amount due including up to a maximum of$500 for early termination fees or penalties on the lease or loan for a covered"auto" less; a. The amount paid under the Physical Damage Coverage Section of the policy; and b. Any: (1) Overdue lease 1 loan payments at the time of the 'loss" (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. (Glass Repair--Deductible Amendment) H. GLASS REPAIR — DEDUCTIBLE SECTION III —PHYSICAL DAMAGE COVERAGE — D. Deductible is amended by adding the following: Any deductible shown in the Declarations as applicable to the covered "auto" will not apply to glass breakage if the damaged glass is repaired, rather than replaced. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 7 (Amended Duties in the Event of Accident, Claim, Suit or Loss) I. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions , the following is added to paragraph 2. Duties In The Event of Accident, Suit or Loss: d. Knowledge of any "accident", "claim", "suit" or "loss" will be deemed knowledge by you when notice of such "accident", "claim", "suit" or"loss" has been received by: (1) You, if you are an individual; (2) Any partner or insurance manager if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; (4) Your members, managers or insurance manager, if you are a limited liability company; or (5) Your officials, trustees, board members or insurance manager, if you are a not-for-profit organization. (Waiver of Subrogation by Contract) J. WAIVER OF SUBROGATION REQUIRED BY CONTRACT Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions S. Transfer of Rights of Recovery Against Others to Us the following language is added: However, we waive any rights of recovery we may have against the person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under the policy to which this endorsement is attached. This provision does not apply unless the written contract or written agreement has been executed, or permit has been issued, prior to the "bodily injury" or"property damage." (Unintentional Failure to Disclose) K. UNINTENTIONAL FAILURE TO DISCLOSE Under SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions , the following is added to 2. Concealment, Misrepresentation Or Fraud: Your unintentional error in disclosing, or failing to disclose, any material fact existing at the effective date of this Coverage Form, or during the policy period in connection with any additional hazards, will not prejudice your rights under this Coverage Form. (Hired, Leased, Rented or Borrowed Auto Physical Damage) L. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE Under SECTION IV — BUSINESS AUTO CONDITIONS S. General Conditions 5. Other Insurance Paragraph 5.b. is replaced by the following: b. (1) For "Comprehensive" and "Collision" Auto Physical Damage coverage provided by this endorsement, the following are deemed to be covered "autos" you own: (a) Any Covered "auto" you lease, hire, rent or borrow; and (b) Any Covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto" (2) Limit of Insurance For This Section The most we will pay for any one "loss" is the lesser of the following: (a) $75,000 per accident, or (b) actual cash value at the time of loss, or (c) cost of repair. Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 Minus a $500 deductible. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total loss. No deductible applies to "loss" caused by fire or lightning. (3) This Hired Auto Physical Damage coverage is excess over any other collectible insurance. (4) Definitions For This Section (a) Comprehensive Coverage: from any cause except the covered "auto's" collision with another object or the covered "auto's" overturn. We will pay glass breakage, "loss" caused by hitting a bird or animal and, "loss" caused by falling objects or missiles. (b) Collision Coverage: caused by the covered "auto's" collision with another object or by the covered "auto's" overturn. (Mental Anguish) M. MENTAL ANGUISH Under SECTION V—DEFINITIONS, C. is replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death resulting from bodily injury, sickness, or disease. (Extended Cancellation Condition) N. EXTENDED CANCELLATION CONDITION Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 7 Policy #85316434 CA 73 34 09 15 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-COMTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following language replaces SECTION IV BUSINESS AUTO CONDITIONS Part B. General Conditions 5. Other Insurance c.: c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Covered Autos Liability Coverage is primary for any liability assumed under an "insured contract". This coverage will also be non-contributory if it is required by the terms of the "insured contract'. CA 73 34 09 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All TX Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person{s) or organization(s) arising out of the operations described. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Date Prepared: June 21, 2018 Carrier: Bridgefield Casualty Insurance Company Effective Date of Endorsement: August 12, 2018 Policy Number: 196-43838 Countersigned by: Insured: William J Schultz Inc WC 42 03 04 B (Ed. 6-14) "Includes copyright material of the National Council on Compensation insurance, Inc.used with its permission.Copyright 2014 NCCI" COMMERCIAL GENERAL LIABILITY POLICY NUMBER: 85316434 CO 02 05 12 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES ® AMENDMENT OF CANCELLATION PROVISIONS OR COVERAGE CHANGE This endorsement modifies Insurance provided under the foliowing: COMMERCIAL GENERAL LIABILITY COVERAGE PAIf I LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART PRODUCT WITHDRAWAL COVERAGE PART PRODUCTSICOMPLET'ED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to: SCHEDULE 't. NaMO: PER SCHEDULE ON FILE 2. f—esa: CANCELLATION FOR NONPAYMENT OF PRENIU1:I IS 10 DAYS 3. Number of days advance notice: 30 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. CO 02 0512 04 0 ISO Properties, Inc.,2003 Page 1 of 1 85316434 POLICY NUMBER: COMMERCIAL AUTO CA 713312 10 THIS ENDWSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKER$COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless mod- ified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated glow. Endorsement Effective: Countersigned By, Named Insured: Authorized tie resentative SCHEDULE Number of Days'Notice 30 Marne Of Person Or Organization PEN SCHEDULE ON FIDE Address C NCELLATION FOR NONPAYMENT OF PREMIUM IS 10 DAYS If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancellation or change to the person or organization named in the Schedule. We will give the number of day's notice indi- cated in the Schedule. CA 7133 1210 0 ISO Properties, Inc.,2003 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. *39007680* 111111111111111111 IN 11111118 1111111 N 1 0 Q Y O S POLICY NUMBER: ZUP-41M11428-17-NF ISSUE DATE: 05/02/18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED ENTITY - NOTICE OF CANCELLATION PROVIDED BY US N S F This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THE POLICY N SC6 EVULE - MIfI11MUM PREMIUM o Cancellation: Numbeir of Days Notice of CoNcellattiolii: 30 Person or organization: 10 ANY PERSON OR ORGANIZATION TO WHOM YOU HAVE AGREED IN A WRITTEN N CONTRACT THAT NOTICE OF CANCELLATION OF THIS POLICY WILL BE GIVEN, BUT ONLY IF: 1. YOU SEND US A WRITTEN REQUEST TO PROVIDE SUCH NOTICE, INCLUDING THE a NAME AND ADDRESS OF SUCH PERSON OR ORGANIZATION, AFTER THE FIRST NAMED o INSURED RECEIVES NOTICE FROM US OF THE CANCELLATION OF THIS POLICY; o AND N 2. WE RECEIVE SUCH WRITTEN REQUEST AT LEAST 14 DAYS BEFORE THE * BEGINNING OF THE APPLICABLE NUMBER OF DAYS SHOWN IN THIS ENDORSEMENT. Address: THE ADRESS FOR THAT PERSON OR ORGANIZATION INCLUDED IN SUCH WRITTEN REQUEST FROM YOU TO US. e� l I� tttl� I I PH(JVISIONS = If we cancel this policy for any statutorily schedule above. We will mail such notice permitted reason other than nonpayment to the address shown in the schedule of premium, and a number of days is above at least the number of days shown a> shown for cancellation in the schedule for cancellation in the schedule above be- above, we will mail notice of cancellation fore the effective date of cancellation. to the person or organization shown in the Ili IIIA IL T4 05 03 11 0 2011 The Travelers indemnity Company. All rights reserved. Page 1 of 'I 006125-1 CERTIFICATE OF INSURANCE Page 1 of I 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology..........................................................................................................1 1.01 Defined Terms................................................................................................................................1 1.02 Terminology................................................................................................. ............6 Article2--Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent......................................................................................I............. .. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents................................................................. 10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4--Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ......................................................... 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 Bonds and Insurance ........................................................................................... ......16 .................... 5.01 Licensed Sureties and Insurers................................................................................................... 16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When.Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities............................. .............. .......... ..... .......... ....................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ................................................•...........................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;February 2,2Q 16 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders...................................•...................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.........................................................................•...................................40 Article 11 -Cost of the Work; Allowances;Unit Price Work;Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14 Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title ...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment................................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 Article17 Miscellaneous..............................................................................................................................62 17.01 Giving Notice................................................................................................................ 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Rbmaiy2,20I6 007200-1 GENERAL CONDITIONS Pagel of63 ARTICLE 1–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. b. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. S. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day– A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's online, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas, 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Claire—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract--The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations, or agreements, whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. ConlractorThe individual or entity with whom City has entered into the Agreement. 24. Cost ofthe Work See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25, Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day–A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation – The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services– The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 29. Director of Planning and Development – The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department– The officially appointed Director of the Water Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer The Iicensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35, Extra Work -- Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents.Extra work shall be part of the Work. 36. Field Order A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance – The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmiary 2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements------Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager--The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m, Monday thru Friday(excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeUmary2,2016 007200-1 GENERAL CON DITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor,. rnaterialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleumm products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day— A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 InitialAcceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaary2,2016 007200-1 GENERAL.CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felxuaty2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not- 1. ot:1, have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof] prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,20I6 007200-1 GENERAL CONDITIONS Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic .media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim. against City, or any of their officers, directors,members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2, is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CI'f'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Pebmaty2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITE'OF FORT'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work_ City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone .for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry 2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and 'insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates aflnsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page I7 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required Iines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:kebuary2,2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. F. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Fehruuy2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. if required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbmary2,20I6 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if- a. fa. the City determines that. 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febinrwy2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. if in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febm iy 2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by thein from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. B. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmiy 2,2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: I. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbruay2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, ,Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day atter the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 225 8,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance, The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. if a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONS'TRUC'TION SPECIFICATION DOCUMENTS Revision:F'ebromy2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntary2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the perforrance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711;or 2. http://www.window.state.tx.us/taxinfo/taxforn-s/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUhENTS Revision;Febmary2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with.them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any fiends due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6,18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18,C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy2,2016 00"7200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS QVDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN IRM_ALL OR SOME, OF THF. DAMA[TES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT, QM SIGN OR NEGLIGENCE, nF THF. CiTV. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY_ NIENDED__TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME AC F,S BF.IN(Y SOiJ(;HT WERE CAUSFD. IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-I GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7-- OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:hehmary2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. if City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febimary2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is John Kasaviich, P.E., or his/her successor pursuant to written notification from the Director of the Water Department. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;February2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinationsfor Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARI)CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feba kuy2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 1.0.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehivary2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims, B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party malting the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02, 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim i� in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmW 2,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract CIaim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.013, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bidAllowances: 1. Contractor agrees that: CITY OF FORT'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febua 2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. .Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the.altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuy2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Tee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0I.A.4 and 11.0I.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,20I6 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c, no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDAIW CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febm ry2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. if Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Februaty2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract CIaim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaery2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it frond.the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee,if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehnmry2,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor, correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febmaty2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 1.4—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORM I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnaary2,20I6 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIVIENfS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as Iiquidated damages suffered by the City. F. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because, a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.athrough 14.02.B.4.c or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEUVICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page SS of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: I. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 .Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbmary2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage_ Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Pebruaty2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment Is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Feebruaiy2,20I6 007200-I GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-201lestablished under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City ,shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.43 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: L Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and b. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STAINDARD CONSTRUCTION SPECIFICAT10N DOCUMENTS Revision:Febnuuy2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy2,2016 007200-1 GENERAL CONDITIONS Pago 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other parity to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF,FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page] of5 1 SECTION 00'73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions I I of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2, "Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01 A.I.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way, and/or easements to be acquired,if any as of 36 OCTOBER 2018: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION Parcel 1, Part 1 City of Fort Worth Parks Department NOVEMBER 2018 Parcel 1, Part 2 City of Fort Worth Parks Department NOVEMBER 2018 Parcel 2 Fort Worth and Western Railroad MAY 2019 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within. five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 SC-4.01A.2,"Availability of Lands" 3 4 Utilities or obstructions to be removed, adjusted,and/or relocated 5 6 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 7 as of OCTOBER 2018 8 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 9 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 10 and do not bind the City. Il 12 SC-4.02A.,"Subsurface and Physical Conditions" 13 14 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 15 16 A Geotechnical Engineering Study Report No. 103-17-251,dated September 19,2017,prepared CMJ 17 Engineering,Inc. a sub-consultant of Kim ley-Horn and Associates,Inc.,a consultant of the City,providing 18 additional information on existing geotechnical conditions. 19 20 The following are drawings of physical conditions in or relating to existing surface and subsurface 21 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 22 NONE 23 24 SC-4.06A.,"Hazardous Environmental Conditions at Site" 25 26 The following are reports and drawings of existing hazardous environmental conditions known to the City: 27 NONE 28 29 SC-5.03A.,"Certificates of insurance" 30 31 The entities listed below are"additional insureds as their interest may appear"including their respective 32 officers, directors, agents and employees. 33 34 (1) City 35 (2) Consultant: Kiml.ey-Horn and Associates,Inc. 36 (3) Other: None 37 38 SC-5.04A.,"Contractor's Insurance" 39 40 The Iimits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 41 coverages for not less than the following amounts or greater where required by laws and regulations: 42 43 5.04A. Workers' Compensation,under Paragraph GC-5.04A. 44 45 ,Statutory limits 46 Employer's liability 47 $100,000 each accident/occurrence 48 $100,000 Disease-each employee 49 $500,000 Disease-policy limit CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page of5 1 2 SC-5.04B., "Contractor's Insurance" 3 4 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 5 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 6 minimum limits of: 7 8 $1,000,000 each occurrence 9 $2,000,000 aggregate lirnil 10 11 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the I2 General Aggregate Limits apply separately to each job site. 13 14 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 15 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 16 17 SC 5.04C.,"Contractor's Insurance" 18 5.04C. Automobile Liability,under Paragraph GC-5.04C. Contractor's Liability Insurance under 19 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 20 21 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 22 defined as autos owned,hired and non-owned. 23 24 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 25 least: 26 27 $250,000 Bodily Injury per person/ 28 $500,000 Bodily lnjuryperaccident I 29 $100,000 Property Damage 30 31 SC-5.04D.,"Contractor's Insurance" 32 33 The Contractor's construction activities will require its employees,agents,subcontractors, equipment,and 34 material deliveries to cross railroad properties and tracks owned and operated by Fort Worth&Western 35 Railroad. 36 37 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 38 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 39 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 40 Entry Agreement"with the particular railroad company or companies involved, and to this end the 41 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 42 the right-of-entry(if any)required by a railroad company. The requirements specified herein likewise relate 43 to the Contractor's use of private and/or construction access roads crossing said railroad company's 44 properties. 45 46 The Contractual Liability coverage required by Paragraph 5.041)of the General Conditions shall provide 47 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 48 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 49 occupy, or touch railroad property: 50 51 (1) General Aggregate: $4,000,000 52 53 (2) Each Occurrence: $2,000,000 54 55 X Required for this Contract Not required for this Contract CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of S 1 With respect to the above outlined insurance requirements,the following shall govern: 2 3 1, Where a single railroad company is involved, the Contractor shall provide one insurance policy in 4 the name of the railroad company. However, if more than one grade separation or at-grade 5 crossing is affected by the Project at entirely separate locations on the Iine or lines of the same 6 railroad company, separate coverage may be required,each in the amount stated above. 7 8 2. Where more than one railroad company is operating on the same right-of-way or where several 9 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 10 may be required to provide separate insurance policies in the name of each railroad company. 11 12 3. If, in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 13 railroad company's right-of-way at a location entirely separate from the grade separation or at- 14 grade crossing,insurance coverage for this work must be included in the policy covering the grade 15 separation. 16 17 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 18 way, all such other work may be covered in a single policy for that railroad,even though the work 19 may be at two or more separate locations. 20 21 No work or activities on a railroad company's property to be performed by the Contractor shall be 22 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 23 for each railroad company named,as required above. All such insurance must be approved by the City and 24 each affected Railroad Company prior to the Contractor's beginning work. 25 26 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 27 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 28 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 29 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 30 railroad company operating over tracks involved in the Project. 31 32 SC-6.04.,"Project Schedule" 33 34 Project schedule shall be tier 3 for the project. 35 36 SC-6.07.,"Wage Rates" 37 38 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 39 Appendixes: 40 41 2013 Prevailing„Wage Rates 42 43 SC-6.09., "Permits and Utilities” 44 45 SC-6.09A.,"Contractor obtained permits and licenses" 46 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 47 1. Fort Worth& Western Railroad Right of Entry 48 2. Fort Worth&Western Railroad—Roadway Worker Protection/On-Track,Safety Contractor 49 Orientation Program 50 51 SC-6.09B."City obtained permits and licenses" 52 The following are known permits and/or licenses required by the Contract to be acquired by the City: 53 1. Water Line License Agreement with Fort Worth&Western Railroad 54 55 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 2 3 SC-6.09C. "Outstanding permits and licenses" 4 5 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 6 OCTOBER 2018: 7 8 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Fort Worth &Western Water Line License May 2019 Railroad 9 10 SC-7,02.,"Coordination" 11 12 The individuals or entities listed below have contracts with the City for the performance of other work at 13 the Site: 14 Vendor Scope of Work Coordination Authority McClendon Construction Co. Roadway and Water Line CITY—T/PW Construction Trail Drive TBD Parking and Trail CITY--PARD Improvements(Van Zandt Cottage) 15 16 SC-8.01,"Commun'icat'ions to Contractor" 17 18 NONE 19 20 SC-9.01., "City's Project Manager" 21 22 The City's Project Manager for this Contract is John Kasavich,P.E.,or his/her successor pursuant to 23 written notification from the Director of the Water Department. 24 25 SC-13.03C.,"Tests and Inspections" 26 27 NONE 28 29 SC-16.01C.1,"Methods and Procedures" 30 31 NONE END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised January 22,2016 01 11 00-1 SUMMARY OF WORK Page I of 3 1 SECTION 011100 2 SUMMARY OF WORK 3 PARTI - GENERAL 4 1,1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1_ Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private properly adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within casements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 01 1100-3 SUMMARY OF WORK Page 3 0f3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] S 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DA'Z'E NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT No.01468 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page I of 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor I 1 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or-equals". I4 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division I —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution- General 26 1. Within 30 days after award of Contract(unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals arc unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER AR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 032500-2 SUMTITUTION PROCEDURES Page 2 of 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 1 I Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 3I a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0 146 8 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page of4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 Of 2500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 I1 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended u Recommended 38 as noted 39 40 Firm Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER OR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 0131 19-1 PRECONSTRUCTION MEETING Pagel of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1--General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES fNOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS I9 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruetion Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project.Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised August 17,2012 013] 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project I I c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in, Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH CUL,rURAL DISTRICT PT 6---CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised August 17,2012 013119-3 PRECONSTRUCI'ION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] I0 PART 3 - EXECUTION [NOT USED] I I END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 3 I SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 c. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FOI;U WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 0I3120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 e) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will behold at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Lag DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01465 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page I of 5 I SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification I 1 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2, Division I —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 e, Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1} Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,20I I 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative- Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 2I a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the Ievel of effort in 43 manpower(trades), equipment and work schedule(overtime, weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH CULTURAL,DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. FIoat or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01465 Revised July 1,2011 01 3216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes I I in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND R1 VER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 01 3216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.4 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the i0 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLE\E RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 01 3233-1 PRECONSTRUCTION VIDEO Page I of 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 1A.A.1—Added requirement to video access routes. 10 2. 1.4.13—Added requirement to provide post-construction video. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division I General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. I8 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Preconstruction Video 21 1. Produce a preconstruction video of the site/alignment, including all areas in the 22 vicinity of and to be affected by construction. The video shall include access 23 routes. 24 a. Provide digital copy of video upon request by the City. 25 2. Retain a copy of the preconstruction video until the end of the maintenance surety 26 period. 27 B. Post-construction Video 28 1. Produce a post-construction video of the site/alignment, including all areas in 29 the vicinity of and to be affected by construction. The video shall include 30 access routes. 31 a. Provide digital copy of video upon request by the City. 32 1.5 SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 34 1.7 CLOSEOUT SUBMITTALS [NOT USED] 35 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 36 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S CITY PROJECT No.01468 Revised July 1,2011 01 3233-2 PRECONSTRUCTION VIDEO Page 2 of 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED1 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLiNE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 01 33 00-1 SUBMITTALS Page I of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product list submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 L The date of submission and the dates of any previous submissions CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTL1NE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0 146 8 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11)Product operating and maintenance instructions and.recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual ,Sections, include, but are not necessarily limited to: I0 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No,01468 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 C. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required,to the job site file and elsewhere as I8 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code ] 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Nott Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH CULTURAL.DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION 8PFiCIF'ICiVF1ON DOCUMENTS CITY PROJECT No.0146& Revised December 20,2012 Of 3300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications I 1 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of AFI 22 a. Prefix with"RFI"followed by series number, "-xxx", beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will Iog each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No,01468 Revised December 20,2012 0135 I3-1 SPECIAL.PROJECT PROCEDURES Page I of S 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days I 1 e. Use of Explosives, Drop Weight, Etc. 12 f Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 --General Requirements 23 3. Section 33 12 25 —Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01465 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 L Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Govermnents (NCTCOG) Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA.and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCT"ION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as "AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However, the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight, Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,20I2 0135 I3-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the Iaw. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH CULTURAL.DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 aII affected residents and businesses. 15 £ Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USAGE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUC'T'ION SPECIFJCATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 Of 35 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13--Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety, Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORTWORTH DOB NO.JC]= Pmlact Namw NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 4 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT Na.01468 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page I oft 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01458 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 oft 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents, 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF,FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings I 1 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: I6 1. Division 0--Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City I week before water for construction is desired CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 S. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH CUT.:f ORAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] I6 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING ]NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJEC T No.01468 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July],2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Pagel of3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of bort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 01 5526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control I 1 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Departinent, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 110 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1,11 FIELD [SITE] CONDITIONS [NOT USED] 33 112 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH CUL'T'URAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROSECT No.01468 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0 146 8 Revised July 1,2011 01 5713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00, 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any -fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH CULTURAL.DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 01 57 13-2 STOIW WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preeonstruction Meeting, ,send 1 copy to City Department of 13 Transportation and Public Works, Environmental Division,(817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at jab site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817) 392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 31 25 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preeonstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1.) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF PORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICA"CION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.1.0 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11. FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH CULTURAL,DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Pagel of3 I SECTION 0155 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Port Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED JOR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood, grade A-C {exterior}or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCtiMENTS CITY PROJECT No.01468 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF Cl-IANGE 2 CITY OF FORTWORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONS'T'RUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Pagel of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily Iimited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division I —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102 - Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY jNOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision.Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTI INE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling I0 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. ,Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CIWSTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Stare in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along Iine of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which.materials may be distributed along route of construction at 37 onetime is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRE STLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S CITY PROJECT No.01468 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page of 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD lo1z] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 312 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,20I 1 017000-1 MOBILIZATION AND REMOBILIZATION Pagel of3 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRBSTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0I468 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 3 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cast necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site CIean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4, Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division I —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 e. The price shall include: 43 1) Demobilization as described in Section I.I.A.2.a.1) 44 2) Remobilization as described in Section 1.1.A.2.a.2) 45 d. No payments will be made for standby, idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLWE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 3 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 SUBMITTALS [NOT USED] 10 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS [NOT USED] 18 PART 3 - EXECUTION [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item.for Mobilization. 21 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRIUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised November 22,2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily Iimited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for"Construction Staking". 20 2) Payment for"Construction Staking"shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of"cut sheets"using the City's standard template. 29 2. Construction Survey . 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As-Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for"As-Built Survey". CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for"Construction Staking"shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sura 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as-built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey- The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As-built Survey—The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking—The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking casements and/or right of way if indicated on the plans. 22 4. Survey"Field Checks"—Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings, 25 B. Technical References 26 1. City of Fort Worth Construction Staking Standards (available on City's Buzzsaw 27 website)—01 7 J 23.16.01_Attachment A Survey Staking Standards 28 2. City of Fort Worth- Standard Survey Data Collector Library(M) files (available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation(TxDOT) Survey Manual, Iatest revision 31 4. Texas Society of Professional Land Surveyors (TSPS),Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised February 14,2018 01 7123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 4 (refer to 0l 71 23.16.01 —Attachment A— Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A 10 —Survey Staking Standards) . 11 2. Contractor shall submit the proposed as-built and completed redline drawing 12 submittal one(1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as-built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re-stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0 146 8 Revised February 14,2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As-Built Survey 18 1. Required As-Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as-built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as-built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as-built survey including the elevation and 31 location(and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub-outs, dead-end lines 41 (5) Casing pipe(each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non-gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater—Not Applicable CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of$ I b. The Contractor shall provide as-built survey including the elevation and 2 location(and provide written documentation to the City)of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults(All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves I5 i) Underground Vaults 16 (I) Rim and flowline elevations and coordinates for each 17 Underground Vault. i8 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater--Not Applicable 25 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 26 1.11 FIELD (SITE] CONDITIONS jNOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The Iocation of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors,grade beams, parking 35 areas, utilities, streets,highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing,when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent(817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile(.shp) CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file(.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are I I based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft.tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and. 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line,these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shall be established from a pre-established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised February 14,2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 l 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR/RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey"Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD 10R] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 3`d party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.1.0 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER ISR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised February 14,2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with"TGC 2/14/201.8 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format 1 CITY OP PORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised February 14,2018 FORT WORTH. Secti®n 01 71 23.01 W Attachment A Survey Staking Standards February 2017 Docurnentl Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.goy/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information 11. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sa n ita ry Sewe r Sta ki ng VII. Storm Staking VIII. Curb and G utter Sta ki ng IX. Cut Sheets X. As-built Survey Documentl Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs,and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC CRANCE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB,SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' III, Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub (2"x2" min.square preferred) 6"tall Pin Flags (2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods(1/2"or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers(feathers) 6" long Tacks(for marking hubs) 3/4" long Documentl Page 3 of 22 IV. Survey Equipment, Control and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/ Look for `Zoning Maps'. Under`Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer, storm drain,final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, l=asting, and Elevation (if applicable) of the point set. Control points can be set rebar, `X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked`control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A Documentl Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas—North—Central—FIPS-4202_Feet Projection: Lambert_Conformal—Conic Fa Ise_Easti ng: 1968500.00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard—Parallel-1: 32.13333333 Standard—Parallel-2: 33.96666667 Latitude—of—origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS—North—American-1983 Datum: D North American 1983 Prime Meridian:Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in,deliverables to the City must be converted/translated into this preferred grid datum_ 1 copy of the deliverable should be in the project datum (whatever it may be)and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234—As-built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234—As-built of Water on Main Street—Project Specific Datum.csv Documentl Page 5 of 22 Example Control Stakes Ile w � m c � w � J � p O J 101 C) EL.= 100.00' © w = w w a m c� k Fj m n� i_ D 4 = u `f W LJ _ J Uy Q J 0 w LL- W JX O Q 0 m 0 a �_ w � CL Q P #1 N=5000.00 E=5000.00 Documentl Page 6 of 22 V. Water Staking Standards A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required 111. Grade is to top of pipe (T/P)for 12"diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes V11. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes 1. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0'behind the proposed face of curb Ill. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be - 0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb il. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults 1. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Docurnentl Page 7 of 22 Example WaterStakes . � %\ \ 2 Vn rn5LLJ \ )G k §§ \ O/ t */ � ƒ a@ ry � Z2§m \ .0 LU \ ? g12 0 / O/ t wI z l+Ie, C- LU 2 - LL % } m � \ � � \e e k� \ \ \ §§ ° LiIr 0 ( \ [ � § \ G§ LL K § e (L § §( \ / § k\ § 2 n* /E 2 Ld § c § §) =§ I-- Q �� 0 4 ' Os . w/ 7 »» gym ry ® 1"O'D Ld —�� 2 km(0La k -,a kW- m a /$)& � z mmeml Page 8J 22 V1. Sanitary Sewer Staking A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking If. Painted green lath/stake WITH hub and tack or marker dot, no flagging required Ill. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Plowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans Documentl Page 9of22 Example Sanitary Sewer Stakes yf7rr mus W �Y ul 7' f S 5S srn=a+ 01 m e-4.� c-a0 C-o°� YLO I m Al r-. o 9 r40-a _ meg =()/ ss srA- �71M w e-;°� a -baa -� a g 1 rr �fnx Lij C3 (;;3j NWW < JJf Ld Ld LL- QZ a LLJ z Ldrc EL 0 w CL a ]a- W O O F W W 01 mW x o r� Q� ' ~ c� "W � �w cLL ¢ ua \ � W ZZ 4.10. H� 13Q �} W 0 +9tyy {ly y�S•, Al F F F:�� F- F � F FG:Mla iOw 0 S O,Z p q y 00 9 6O � =Wt 2 } <c7' f S sr o-+ao C-s C-s r+o ' w LL Q LA LtJ �TF x z �— C7 �a ] f2' o/S ss sra-cr�ao c s Asn c-oma d z zr~n wyt it 6 40 P V `�'� i O z Ci 3 7 6 Ci Dacumentl Page 10 of 22 Vil. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents i. 1 offset stake every 200'on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional•Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing [I. Standard 10' Inlet= 16.00' total length III. Recessed 10' Inlet= 20,00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes L 2 offset stakes per manhole for the purpose of providing alignment to the contractor I]. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans Documentl Page 11 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING ) (5I DF FACING ) a � NO FLAGGING_REQUIRED � IN LILU OF PINK PAINTED LATH x m m v n _ r � i BACK BACK (SIDE FACING R.D_W.) (SEIE FAUNG R.QW_) IDENTIFIES MICH - m IDENTIFIES WICK END OF THE WIND PAINT F' @, ENI OF THE YANG BEING STAKED BEING STAKED {'� m Lo VINLET STATION Nua ELEVA11oHI t (IF-MO-110 ON PLANS) t IDENTIFIES GRADE T TQ TOP OF CURB T + o +r4 G R IDENTIFIES CRAPE ITL TO FLIDWI.INE 015TANCES FOR INLETS STANDARD 10' — 16' RECESSED 10 — 2{f STANDARV DOUBLE 10' – 25,67' HUB 5MTF1 TACH ————— REC ;ED DOUBLE 10` 30-67' _ �..,....�_._. I I 9kC3{ CF' INLETI A. al I A1ANHt1l.E 4 v y �,I •�' RIM �I 41 .• BACK IF CLIFF r ' BC`IC i7F CURB .WING•• ,• ••�."r 'i mak.•. • .•a ..aa •� r4 •wt?1K++•.•t+, ___ _ --` FLCYALINE FACE OF INLET FACE OF INLET �� FLA4+t3,.INE T^ EDGE OF PAVEMENT EDGE OF PAVEMENT EkE OF PAVEMENT EDGE CF PAVEMENT— Documentl Page 12 of 22 V111. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50'on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves Ill. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIDE FACING ] 0 a FRONT ID90RES END FRONT1 (SDE FACING TDI GENT H/ FRONT (SIDE FACING ] Porn CURVATTURREE P� (SDE FACING TE) C E3L" a It o + PT BACK Imo" IDEunFlEs OFFSET Is TO 4 r (SIDE FACING R.O.X) / �fhOF MAG cOR F/0 r!c Q a PCINT# s + fG III I m I tL I I I=TFMES GRADE 13 I [I I T 70 79F OF UMTS o III I ND GRPL'E ON HUB ELEVATION o + emus POINTS _— NO FLAra' lf,,,W REQUIRED � IN LIEU OF PINK PAINTED LATH ,•�.J f f � TOP OF CURB ^ ' f BACK OF CURB ISORB FACE or cu�� iy -i L ---� Q FLO VL.I NE EDGE OF PA MEN Documentl Page 13 of 22 Example Curb & Gutter Stakes at Intersection m R.0R.C. S � � I ��� � ƒ ± Vis| +�f Rom ZD QG \)k &E ,� [a 2 b —— D/ , 2 @, k ° k ) 2 §M :�ƒ / It *® U 6Z 30NVISICI » 7 12 _ .§7 —— -C15, Li °k°= 2 a=2e k§ x eQ § -CVI b .04& �� k® 0Li s �\tn�� k ! � k »�ƒ V]§§ w /O! \ � d mmeyl Page 14 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CO NSULTANTICONTRACTO R SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED _CUT + FILL -LT/+RT GRADE ELEV. Document Page 15 of 22 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore,the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section 1V. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters Documentl Page 16 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND"to notify the City. $dG2-X a?'+�P.NhN 9 7+rN OSb17 Y'N 1.73 .ff1,]a-hSM Atl@ L�/NlhYq 1N31/3JY7d3N N3M35 AYAWS QN7 Y71VM 2 ir 1. 5 41111; 10 I.— � •E�sli, 0 3� �,� r � osa•vls 3xrr Hamer — _ r�:,-. �r-..•-_ - sv yy p Ayr 1E1l3I qgr.u {_-T ill ; U W -T�' hill Ill — � all Documentl Page 17 of 22 Jr rr.NXUWxJ 10 srA tFNjW-I r,t ft"W 3TC p YO-IrWL fina-T 4 XAq kw €r 1.a►Jrsre� wir vrl4C t Alawn IN cnaaerr m p rvgFjr r+rrr JA'T +WAW,J-srmLiD affyE 5TAc-=-lVWL fiFJP?f i: WW.iRu �Jrl'O'AYdAr J r aYC T-' hFWE JJ�VWp'�— ~�� �"-0iPllll#IM y �•,7 [{�9CRY7T.Thtl JF3dlk'9r2 r.e. �wwr r�wry Rom fvml JEWArERf `� a„ i 1 q + wu._ v FJllf i'2 47IY1lX ER — �► � � �-`c""�srii Fx:sass-=' __'�• it3S A SAWARY Sl OLLWr RWF VNIE SEFF SHEF IVA Gt7CJiG-rr fsrxtc Jar A *ararr+F�ra�u gss��..wr.,..r, e� Jr rF.#vx, ro..-w -\ %TA O=-jrkK WaYU IW STAD57M-l21C fflsrxJ. Harv,[. P TAM Sr FF oT 0WAMN AME +wa .SSS 4[RA= M rxur.1;iWy rE.R F- osrel7 �ttasaoraua €,tasrx�er�w SNE E—MIN Documentl Page 18 of 22 W694 �4"pp-SV @ AdY - OEM TV-03wd AM Esq!!L'3_t"JAW MA371 mm N3N35 AWLhY arra tl31YAS Y k E00 6t n v .3mn ss'doyd os•os_gmn_mum ill mill I - � fel'+I n,h 14 .. _ 3 a14a .t - �y _......-.. . . . -. ..... alt Documentl Page 19 of 22 WNY f' RLK 99 l f RD.. - - �R � Flo lflr,r'r i f C __=°'�_-_ ffim .ate®g_=_=______-___• - _____ _- -====r_=_�_�-- tftt =_=_ <<� bE �=s.r -=BE - -_ - -- z- ----------_-_- _ -__ ��- 3---�--- I rcs-- -_--- ai� �9Ma_--���_-_r-_-=_- �' _______ �f Obviously the .csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING FLEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 5SMH RIM P-r' C 2 6946260.893 2296062.141 725.668 GV RIMS`L 3 6946307.399 2296038,306 726.85 GV RIM #7;r- 4 E4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM tJ 6 6946190.528 2296022.721 722.325 FH c7 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713,331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM Lt Z- 10 10 6945984.677 2295880,52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM p 13 6945896.591 2295862.188 708.205 WM RIM �j�f`T[ 14 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM CC r3 16 6945835.678 2295799.707 707.774 SSMH RIM ! 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM0 A 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710,631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736,03 719.737 CO RIM �{LI f21, 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732.689 WNI RIM 28 6945417.879 2295580.27 740.521 WM RIM �OYti� �0. 29 6945456,557 2295643.145 736.451 CO RIM 1 STf--b 30 6945387.356 2295597.101 740.756 GV RIM -Cl FG {7 e- A 31 6945370.688 2295606.793 740.976 GV RIM f l s gyri [ 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM ' 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM °f T 41 6945041.024 2295552.675 751.79 WM RIM e 42 6945038.878 2295552.147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM4#;;}� 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM Documentl Page 21 of 22 E Other Aeere as-built deliverable Some vendors have indicated that RBeasier to deliver this information inadifferent format. Bebw 6 an example spreadsheet that R also acceptable and q n be obtained by request from the survey superintendent _ m - . | - - - - - - - - - - - ) \ \ , - ------ ------ ----- ------ ----- ------ - - - - - f , | \ ' ! ■° $ ■ § % k $ § ) m E ! 2 s �} - , - � { � ■ ---------- ------- -------------------------------------------------------------------------- t , % a m ! , m . � ■ � � ® | ■ \ ` K « � r m - . Doumeml Page 22J22 017423-1 CLEANING Pagel of4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1, Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I —General Requirements 13 3. Section 32 92 13 Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. I7 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORT14 CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.1.1 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No,01468 Revised July 1,2011 017423-3 CLEANING Page of4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of I I personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wasb and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. CIean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 017423-4 CLEANING Page 4 of4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUN%4ARY OF CIIANGE 10 CITY OF FORT WORTII CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR ,STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.03468 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PARTI - GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily Iimited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES fNOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 £ Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLfNE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3,.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Pagel of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 _ GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All Submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBNHTTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 % inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs, 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor,name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List,with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indeed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure, CITY OF FORT UUORTII CULTURAL DISTRICT PT 6--CRESTLINE RD ANI)RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page3 ofs 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted Iife of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CITY PROJECT No.01468 Revised December 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 £ Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 017823-5 OPERA'T'ION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] d PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Page I of 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 L Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised kdy 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job ,Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised July 1,2011 01 78 39-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 7123, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. I3 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01469 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during-progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as funal 9 Record Documents. 10 b. if any such Document is not so approved by the City, secure a new copy of that I I Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR 1 RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING 1NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12. PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCILMENTS CI'T'Y PROJECT No.01468 Revised July 1,2011 03 34 16-1 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 1 of I SECTION 03 3416 2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete base material for trench repair 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Added 1.2.A.1 and 2—Differentiate concrete base material for trench repair 9 which shall be subsidiary to new pipeline installation, but paid for separately 10 for existing pipe trench rehabilitation. I C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 3. Section 03 30 00—Cast-in-Place Concrete 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. For New Pipeline Trench Repair: 18 a. Measurement 19 1) This Item is considered subsidiary to the structure or Items being placed. 20 b. Payment 21 1) The work performed and the materials furnished in accordance with this 22 Item are subsidiary to the structure or Items being placed and no other 23 compensation will be allowed. 24 2. For Existing_Pipeline Trench Repair: 25 a. Measurement 26 1) Measured horizontally along the surface for Ienpth of Concrete Base 27 Material for Trench Repair 28 b. Payment 29 1) The work performed and materials furnished in accordance with this 30 Item and measured as provided under"Measurement"will be paid for 31 at the unit price bid per linear foot of"Concrete Base Material for 32 Trench Repair" installed for all sizes. 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification, unless a date is specifically cited. 38 B. ASTM International(ASTM).- CITY ASTM):CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 ADDENDUM No. 1 033416-2 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Paget of 1 1. C31, ,Standard Practice for Making and Curing Concrete Test Specimens in the 2 Field. 3 2. C33, Standard Specification for Concrete Aggregates. 4 3. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 5 Specimens. 6 4. C 143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 7 5. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 8 6. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 9 Pressure Method. 10 7. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 11 8. C618, Standard Spccification for Coal Fly Ash and Raw or Calcined Natural 12 Pozzolan for Use in Concrete. 13 9. CIO 64, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 14 Cement Concrete. 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Provide submittals in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 19 specials. 20 - 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 21 A. Submit proposed mix design for Engineer's review a minimum of 2 weeks prior to start 22 of low density concrete backfill work. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Mix Design 33 1. Performance requirements 34 a. Concrete Base Material for Trench Repair 35 1) 28-day compressive strength of not less than 750 psi and not more than 36 1,200 psi. 37 B. Materials CITY OF FORT WORTH CUUI'URAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01465 Revised December 20,2012 ADDENDUM No.1 033416-3 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 3 of 1 1. Portland cement 2 a. Type 11 low alkali portland cement as specified in Section 03 30 00. 3 2. Fly ash 4 a. Class F fly ash in accordance with ASTM C618. 5 3. Water 6 a. As specified in Section 03 30 00. 7 4, Admixture 8 a. Air entraining admixture in accordance with ASTM C260. 9 5. Fine aggregate 10 a. Concrete sand (does not need to be in accordance with ASTM C33). I I b. No more than 12 percent of fine aggregate shall pass allo. 200 sieve, and no 12 plastic fines shall be present. 13 6. Coarse aggregate 14 a. Pea gravel no larger than 318 inch. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3,2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Place concrete base material by any method which preserves the quality of the material 23 in terms of compressive strength and density. 24 1. The basic requirement for placement equipment and placement methods is the 25 maintenance of its fluid properties. 26 2. Transport and place material so that it flows easily around, beneath, or through 27 walls, pipes, conduits, or other structures. 28 3. Use a slump, consistency, workability, flow characteristics, and pumpability(where 29 required) such that when placed, the material is self-compacting, self densifying, 30 and has sufficient plasticity that compaction or mechanical vibration is not required. 31 3.5 REPAIR f NOT USED] 32 3.6 RE-INSTALLATION fNOT USED] 33 3.7 FIELD QUALITY CONTROL 34 A. General 35 1. Make provisions for and furnish all material for the test specimens, and provide 36 manual assistance to assist the Engineer in preparing said specimens. 37 2. Be responsible for the care of and providing curing condition for the test specimens. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT No.01468 Revised December 20,2012 ADDENDUM No. 1 033416-4 CONCRETE BASE MATERIAL FOR TRENCH REPAIR Page 4 of 4 1 B. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 2 according to ASTM C 172 according to the following requirements: 3 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 4 concrete mixture up to 25 cubic yards,plus 1 set for each additional 50 cubic yards 5 or fraction thereof. 6 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 7 not less than 1 testi for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231,pressure method, for normal-weight concrete; l test for 10 each composite sample, but not less than 1 test for each day's pour of each concrete 11 mixture. 12 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 13 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 14 test for each composite sample. 15 5. Compression Test Specimens: ASTM C31. 16 a. Cast and laboratory cure 4 cylinders for each composite sample. 17 1) Do not transport field cast cylinders until they have cured for a minimum of 18 24 hours. 19 6. Compressive-Strength Tests: ASTM C39 20 a. Test 1 cylinder at 7 days. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12. PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 ADDENDUM No.1 312316-1 UNCLASSIFIED EXCAVATION Paget of4 I SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures I3 e. Or any other operation involving the excavation of onsite materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Section 31 24 00 Embankments 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Excavation by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its fuial position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position, this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal, unless modified by Article 11.04 of the General 30 Conditions. Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 I) The work performed and materials filrnished in accordance with this Item 34 and measured as provided under "Measurement"will be paid for at the unit 35 price bid per cubic yard of"Unclassified Excavation by Plan". No 36 additional compensation will be allowed for rock or shrinkage/swell 37 factors,as these are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Excavation 40 2) Excavation Safety 4I 3) Drying 42 4) Dust Control CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised January 28,2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of4 1 5) Reworking or replacing the over excavated material in rock cuts 2 6) Hauling 3 7) Disposal of excess material not used elsewhere onsite 4 8) Scarification 5 9) Clean-up 6 1.3 REFERENCES [NOT USED] 7 A. Definitions 8 1. Unclassified Excavation—Without regard to materials, all excavations shall be 9 considered unclassified and shall include all materials excavated. Any reference to 10 Rock or other materials on the Drawings or in the specifications is solely for the 11 City and the Contractor's information and is not to be taken as a classification of 12 the excavation. 13 1.4 ADMINSTRATIVE REQUIREMENTS 14 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 15 01. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Excavation Safety 22 1. The Contractor shall be solely responsible for making all excavations in a safe 23 manner. 24 2. All excavation and related sheeting and bracing shall comply with the requirements 25 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 26 1.10 DELIVERY,STORAGE,AND HANDLING 27 A. Storage 28 1. Within Existing Rights-of-Way(ROW) 29 a. Soil may be stored within existing ROW, easements or temporary construction 30 easements, unless specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. When the Work is performed in active traffic areas, store materials only in 34 areas barricaded as provided in the traffic control plans. 35 e. In non-paved areas, do not store material on the root zone of any trees or in 36 landscaped areas. 37 2. Designated Storage Areas 38 a. If the Contract Documents do not allow the storage of spoils within the ROW, 39 easement or temporary construction easement, then secure and maintain an 40 adequate storage location. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUM N1'S CITY PROJECT No,01468 Revised January 28,2013 3123 I6-3 UNCLASSIFIED EXCAVATION Page 3 of 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 2.1 OWNER-FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off-site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials,remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 34 City, 35 F. Shape slopes to avoid Ioosening material below or outside the proposed grades. 36 Remove and dispose of slides as directed. CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRE STLINE RD AND RIVE,R DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised January 28,2013 312316-4 M-ICLASSIFIED EXCAVATION Page 4 of 1 G. Rock Cuts 2 1. Excavate to finish grades. 3 2. In the event of over excavation due to contractor error below the lines and grades 4 established in the Drawings, use approved embankment material compacted in 5 accordance with Section 31 24 00 to replace the over excavated at no additional 6 cost to City. 7 H. Earth Cuts 8 1. Excavate to finish subgrade 9 2. In the event of over excavation due to contractor error below the lines and grades 10 established in the Drawings, use approved embankment material compacted in 11 accordance with Section 3124 00 to replace the over excavated at no additional 12 cost to City. 13 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 14 3.5 REPAIR [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Su.bgradc Tolerances 18 1. Excavate to within 0.1 foot in all directions. 19 2. In areas of over excavation, Contractor provides fill material approved by the City 20 at no expense to the City. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 1/28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 29 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCLPMENTS CITY PROJECT No.01468 Revised January 28,2013 33 11 10-1 DUCTILE IRON PIPE Page 1 of 13 1 SECTION 33 It ]0 2 DUCTILE IRON PIPE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Ductile Iron Pipe 3-inch through 64-inch for potable water, wastewater and reuse 7 applications 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Modified 2.2.13.4—Increased pressure class requirements for 24"pipe. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 --General Requirements 14 3. Section 33 01 31 —Closed Circuit Television(CCTV)Inspection 15 4. Section 33 04 10—Joint Bonding and Electrical Isolation 16 5. Section 33 04 40—Cleaning and Acceptance Testing of Water Mains 17 6. Section 33 05 10 Utility Trench Excavation, Embedment and Backfill 18 7. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 19 8. Section 33 11 05 —Bolts,Nuts, and Gaskets 20 9. Section 33 11 11 Ductile Iron Fittings 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Ductile Iron Pipe 24 a. Measurement 25 1). Measured horizontally along the surface from center line to center line of 26 the fitting, manhole, or appurtenance 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per linear foot for"DIP"installed for: 31 a) Various sizes 32 b) Various types of backfill 33 c) Various linings 34 d) Various Depths, for miscellaneous sewer projects only 35 c) Various restraints 36 f) Various uses 37 c. The price bid sball include: 38 1) Furnishing and installing Ductile Iron Pipe with joints as specified by the 39 Drawings CITY OP PORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER AR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 33 11 10-2 DUCTILE IRON PIPE Page 2 of 13 1 2) Mobilization 2 3) Polyethylene encasement 3 4) Lining 4 5) Pavement removal 5 6) Excavation 6 7) Hauling 7 8) Disposal of excess material 8 9) furnishing, placement and compaction of embedment 9 10) Furnishing, placement and compaction of backfill 10 11) Trench water stops 11 12) Thrust restraint, if required in Contract Documents 12 13) Bolts and nuts 13 14) Gaskets 14 15) Cleanup 15 16) Cleaning 16 17) Disinfection 17 18) Testing 18 1.3 REFERENCES 19 A. Definitions 20 1. Gland or Follower Gland 21 a. Non-restrained, mechanical joint fitting 22 2. Retainer Gland 23 a. Mechanically restrained mechanical joint fitting 24 B. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. American Association of State Highway and Transportation Officials (AASHTO). 29 3. American Society of Mechanical Engineers (ASME): 30 a. B16.1, Gray Iron Pipe Flanges and Flanged Fittings (Classes 25, 125 and 250). 31 4. ASTM International(ASTM): 32 a. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting for 33 High Temperature or High Pressure Service and Other Special Purpose 34 Applications 35 b. A194, Specification for Carbon and Alloy Steel Nuts for Bolts for High 36 Pressure or High Temperature Service, or Both 37 c. A242, Standard Specification for High-Strength Low-Alloy Structural Steel. 38 d. A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi 39 Tensile Strength. 40 e. A674, Standard Practice for Polyethylene Encasement for Ductile Iron Pipe for 41 Water or Other Liquids. 42 f. B117, Standard Practice for Operating Salt Spray(Fog) Apparatus. 43 g. B633, Standard Specification for Electrodeposited Coatings of Zinc on Iron and 44 Steel. 45 5. American Water Works Association(AWWA): CITY OF FORT WORTII CULTURAL DISTRICT PT 6—CRESTLLNE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 33 11 10-3 DUCTILE IRON PIPE Page 3 of 13 1 a. C203, Coal-Tar Protective Coatings and Linings for Steel Water Pipelines - 2 Enamel and Tape- Hot Applied. 3 b. C600,InstaIIation of Ductile-Iron Water Mains and their Appurtenances. 4 c. M41,Ductile-Iron Pipe and Fittings. 5 6. American Water Works Association/American National Standards Institute 6 (AW WA/ANSI): 7 a. C 104/A21.4, Cement—Mortar Lining for Ductile-Iron Pipe and Fittings. 8 b. CI05/A21.5,Polyethylene Encasement for Ductile-Iron Pipe Systems. 9 c. C111/A21.11, Rubber-Gasket Joints for Ductile-lron Pressure Pipe and Fittings. 10 d. CI 15/A21.15, Flanged Ductile-Iron Pipe with Ductile-Iron or Gray-Iron 11 Threaded Flanges. 12 e. C150/A21.50,Thickness Design of Ductile-Iron Pipe. 13 f. C151/A21.51, Ductile-Iron Pipe, Centrifugally Cast, for Water. 14 g. C600,Installation of Ductile-Iron Water Mains and their Appurtenances 15 7. NSF International(NSF).- 16 NSF):16 a. 61,Drinking Water System Components - Health Effects. 17 8. Society for Protective Coatings (SSPC): 18 a. PA 2, Measurement of Dry Coating Thickness with Magnetic Gages. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS 21 A. Submittals shall be in accordance with Section 01 33 00. 22 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 23 specials. 24 1.6 ACTION SUBMITTALS 1 INFORMATIONAL SUBMITTALS 25 A. Product Data 26 1. Interior lining 27 a. If it is other than cement mortar lining in accordance with AW WA/ANSI 28 C104/A21.4, including: 29 1) Material 30 2) Application recommendations 31 3) Field touch-up procedures 32 2. Thrust Restraint 33 a. Retainer glands,thrust harnesses or any other means 34 3. Gaskets 35 a. If hydrocarbon or other special gaskets are required 36 B. Shop Drawings—Furnish for Ductile Iron Pipe used in the water distribution system or 37 for a wastewater force main for 24-inch and greater diameters, including: 38 1. Wall thickness design calculations sealed by a Licensed Professional Engineer in 39 Texas including: 40 a. Working pressure 41 b. Surge pressure 42 c. Deflection CITY ON FORT WORTR CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 33 11 10-4 DUCTILE IRON PIPE Page 4 of 13 1 2. Provide thrust restraint calculations for all fittings and valves, sealed by a Licensed 2 Professional Engineer in Texas, to verify the restraint lengths shown in the 3 Drawings. 4 3. Lay schedule/drawing for 24-inch and greater diameters, sealed by a Licensed 5 Professional Engineer in Texas including: 6 a. Pipe class 7 b. Joints type 8 c. Fittings 9 d. Stationing 10 e. Transitions 11 £ Joint deflection 12 C. Certificates 13 1. Furnish an affidavit certifying that all Ductile Iron Pipe meets the provisions of this 14 Section, each run of pipe furnished has met Specifications, all inspections have 15 been made, and that all tests have been performed in accordance with 16 AWWA/ANSI C151/A21.51. 17 2. Furnish a certificate stating that buried bolts and nuts conform to ASTM B 117. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Qualifications 22 1. Manufacturers 23 a. Finished pipe shall be the product of 1 manufacturer. 24 1) Change orders, specials, and field changes may be provided by a different 25 manufacturer upon City approval. 26 b. Pipe manufacturing operations(pipe, lining, and coatings)shall be performed 27 under the control of the manufacturer. 28 c. Ductile Iron Pipe 29 1) Manufactured in accordance with AWWA/ANSI C151/A21.51 30 a) Perform quality control tests and maintain results as outlined within 31 standard to assure compliance. 32 2) Subject each pipe to a hydrostatic test of not less than 500 psi for duration 33 of at least 10 seconds. 34 B. Preeonstruction Testing 35 1. The City may, at its own cost, subject random lengths of pipe for testing by an 36 independent laboratory for compliance with this Specification. 37 a. The compliance test shall be performed in the United States. 38 b. Any visible defects or failure to meet the quality standards herein will be 39 grounds for rejecting the entire order. 40 1.10 DELIVERY,STORAGE, AND HANDLING 41 A. Storage and Handling Requirements 42 1. Ductile Iron Pipe shall be stored and handled in accordance with the guidelines as 43 stated in AW WA M41, CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 33 11 10-5 DUCTILE IRON PIPE Page 5 of 13 1 2. Secure and maintain a location to store the material in accordance with Section 01 2 6600. 3 1.11. FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 7 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. Only the manufacturers as listed in the City's Standard Products List will be 10 considered as shown in Section 01 60 00. I I a. The manufacturer must comply with this Specification and related Sections. 12 2. Any product that is not listed on the Standard Products List is considered a 13 substitution and shall be submitted in accordance with Section 01 25 00. 14 B. Pipe is I. Pipe shall be in accordance with AW WA/ANSI C I I I/A21.11, AW WA/ANSI 16 C150/A21.15,and AWWA/ANSI C151/A21.51. 17 2. All pipe shall meet the requirements of NSF 61. 18 3. Pipe shall have a lay length of 18 feet or 20 feet except for special fittings or 19 closure pieces and necessary to comply with the Drawings. 20 4. As a minimum the following pressures classes apply. The Drawings may specify a 21 higher pressure class or the pressure and deflection design criteria may also require 22 a higher pressure class, but in no case should they be less than the following: 23 Diameter Min Pressure Class inches (psi) 3 through 12 350 14 through 20 250 24 29A 250 30 through 64 150 24 25 5. Pipe markings shall meet the minimum requirements of AWWA/ANSI 26 C 15I/A21.51. Minimum pipe markings shall be as follows: 27 a. "DI"or"Ductile"shall be clearly labeled on each pipe 28 b. Weight, pressure class and nominal thickness of each pipe 29 c. Year and country pipe was cast 30 d. Manufacturer's mark 31 6. Pressure and Deflection Design 32 a. Pipe design shall be based on trench conditions and design pressure class 33 specified in the Drawings. CITY OF FORT'WORTI I CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 331[ 10-6 DUCTILE IRON PIPE Page 6 of 13 1 b. Pipe shall be designed according to the methods indicated in AWWA/ANSI 2 C150/A21.50, AWWA/ANSI C151/A21.51,and AWWA M41 for trench 3 construction, using the following parameters: 4 1) Unit Weight of Fill (w)— 130 pcf 5 2) Live Load=AASHTO HS 20 6 3) Trench Depth= 12 feet minimum, or as indicated in Drawings 7 4) Bedding Conditions =Type 4 8 5) Working Pressure(Pw)� 150 psi 9 6) Surge Allowance(Ps)= 100 psi 10 7) Design.Internal Pressure(Pi)=R,+P,or 2:1 safety factor of the actual 11 working pressure plus the actual surge pressure, whichever is greater. 12 a) Test Pressure= 13 (1) No less than 1.25 minimum times the stated working pressure(187 14 psi minimum) of the pipeline measured at the highest elevation 15 along the test section. 16 (2) No less than 1.5 times the stated working pressure(225 psi 17 minimum) at the lowest elevation of the test section. 19 8) Maximum Calculated Deflection (DX)=3 percent 19 9) Restrained Joint Safety Factor (S f)= 15 percent 20 c. Trench depths shall be verified after existing utilities are located. 21 1) Vertical alignment changes required because of existing utility or other 22 conflicts shall be accommodated by an appropriate change in pipe design 23 depth. 24 2) In no case shall pipe be installed deeper than its design allows. 25 7. Provisions for Thrust 26 a. Thrust at bends,tees, plugs or other fittings shall be mechanically restrained 27 joints when required by the Drawings. 28 b. Thrust at bends adjacent to casing pipe shall be restrained by mechanical means 29 through casing and for a sufficient distance each side of casing. 30 c. No thrust restraint contribution shall be allowed for the restrained length of 31 pipe within the casing. 32 d. Restrained joints,when required, shall be used for a sufficient distance from 33 each side of the bend,tee, plug, valve or other fitting to resist thrust which will 34 be developed at the design pressure of the pipe. For the purpose of thrust, the 35 following shall apply: 36 1) Valves shall be calculated as dead ends. 37 2) Design pressure shall be greater than the working pressure of the pipe or 38 the internal pressure(Pi)whichever is greater. 39 3) Restrained joints shall consist of approved mechanical restrained or push- 40 on restrained joints as listed in the City's Standard Products List as shown 41 in Section 01 60 00. 42 e. The Pipe Manufacturer shall verify the length of pipe with restrained joints to 43 resist thrust in accordance with the Drawings,AWWA M41, and the following: 44 1) The weight of earth(We) shall be calculated as the weight of the projected 45 soil prism above the pipe, for unsaturated soil conditions. 46 2) Soil density= 130 pef(maximum value to be used), for unsaturated soil 47 conditions 48 3) If indicated on the Drawings and the Geotechnical Borings that ground 49 water is expected, account for reduced soil density. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 33 11 10-7 DUCTILE IRON PIPE Page 7 of 13 1 8. Joints 2 a. General Comply with AWWA/ANSI C111/A21.11. 3 b. Push-On Joints 4 c. Mechanical Joints 5 d. Push-On Restrained Joints 6 I) Restraining Push-on joints by means of a special gasket 7 a) Only those products that are listed in Section 01 60 00 8 b) The working pressure rating of the restrained gasket must exceed the 9 test pressure of the pipe line to be installed. 10 c) Approved for use of restraining Ductile Tran Pipe in casing with a 11 carrier pipe of 4-inches to 12-inches 12 d) Otherwise only approved if specially listed on the Drawings 13 2) Push-on Restrained Joint bell and spigot 14 a) Only those products list in the standard products list will be allowed for 15 the size listed in the standard products list per Section 0l 60 00. 16 b) Pressure rating shall exceed the working and test pressure of the pipe 17 line. 18 e. Flanged Joints AWWA/ANSI C115/A21.15, ASME B16.1, Class 125 19 £ Flange bolt circles and bolt holes shall match those of ASME B16.1, Class 125. 20 g. Field fabricated flanges are prohibited. 21 9. Gaskets 22 a. Provide Gaskets in accordance with Section 33 11 05. 23 10. Isolation Flanges 24 a. Flanges required by the drawings to be Isolation Flanges shall conform to 25 Section 33 04 10. 26 11. Bolts and Nuts 27 a. Mechanical Joints 28 1) Provide bolts and nuts in accordance with Section 33 11 05. 29 b. Flanged Ends 30 1) Meet requirements of AWWA C 115. 31 a) Provide bolts and nuts in accordance with Section 33 11 05. 32 12. Flange Coatings 33 a. Connections to Steel Flanges 34 1) Buried connections with Steel Flanges shall be coated with a Petrolatum 35 Tape System in accordance with Section 33 11 05. 36 13. Ductile Iron Pipe Exterior Coatings 37 a. All ductile iron shall have an asphaltic coating, minimum of 1 mil thick, on the 38 pipe exterior, unless otherwise specified in the Contract Documents. 39 14. Polyethylene Encasement 40 a. All buried Ductile Iron Pipe shall be polyethylene encased. 41 b. Only manufacturers listed in the City's Standard Products List as shown in 42 Section 01 60 00 will be considered acceptable. 43 c. Use only virgin polyethylene material. 44 d. Encasement for buried pipe shall be 8 mil linear low density(LLD) 45 polyethylene conforming to AWWA/ANSI C105/A21.5 or 4 mil high density 46 cross-laminated(HDCL)polyethylene encasement conforming to 47 AWWA/ANSI C105/A21.5 and ASTM A674. CITY OF FORT WORTH CULTURAL,DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0 146 8 Revised December 20,2012 33 11 10-8 DUCTILE IRON PIPE Page 8 of 13 1 e. Marking: At a minimum of every 2 feet along its length, the mark the 2 polyethylene film with the following information: 3 1) Manufacturer's name or trademark 4 2) Year of manufacturer 5 3) AWWA/ANSI CI05/A21.5 6 4) Minimum film thickness and material type 7 5) Applicable range of nominal diameter sizes 8 6) Warning—Corrosion Protection—Repair Any Damage 9 f. Special Markings/Colors 10 1) Reclaimed Water, perform one of the following: 11 a) Label polyethylene encasement with"RECLAIMED WATER", 12 b) Provide purple polyethylene in accordance with the American Public 13 Works Association Uniform Color Code; or 14 c) Attach purple reclaimed water marker tape to the polyethylene wrap. 15 2) Wastewater, perform one of the following: 16 a) Label polyethylene encasement with"WASTEWATER"; 17 b) Provide green polyethylene in accordance with the American Public 18 Works Association Uniform Color Code; or 19 c) Attach green sanitary sewer marker tape to the polyethylene wrap. 20 g. Minimum widths 21 Polyethylene Tube and Sheet Sizes for Push-On Joint Pipe Nominal Pipe Diameter Min.Width—Flat Tube Min. Width—Sheet (inches) (inches) (inebes) 3 14 28 4 14 28 6 16 32 8 20 40 10 24 48 12 27 54 14 30 60 16 34 68 18 37 74 20 41 82 24 54 108 30 67 134 36 81 162 42 81 162 48 95 190 54 108 216 60 108 216 64 121 242 22 15. Ductile Iron Pipe Interior Lining 23 a. Cement Mortar Lining CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER Illi STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 33 11 10-9 DUCTILE IRON PIPE Page 9 of 13 1 1) Ductile Iron Pipe for potable water shall have a cement mortar Irving In 2 accordance with AWWAIANSI C104/A21.04 and be acceptable according 3 to NSF 61. 4 b. Ceramic Epoxy or Epoxy Linings 5 1) Ductile Iron Pipe for use in wastewater applications shall be lined with a 6 Ceramic Epoxy or Epoxy lining as designated in the City's Standard 7 Products List as shown in Section 0160 00. 8 2) Apply lining at a minimum of 40 mils DFT. 9 3) Due to the tolerances involved,the gasket area and spigot end up to 6 10 inches back from the end of the spigot end must be coated with 6 mils 11 nominal, 10 mils maximum using a Joint Compound as supplied by the 12 manufacturer. 13 a) Apply the joint compound by brush to ensure coverage. 14 b) Care should be taken that the joint compound is smooth without excess 15 buildup in the gasket seat or on the spigot ends. 16 c) Coat the gasket seat and spigot ends after the application of the lining. 17 4) Surface preparation shall be in accordance with the manufacturer's 18 recommendations. 19 5) Check thickness using a magnetic film thickness gauge in accordance with 20 the method outlined in SSPC PA 2. 21 6) Test the interior lining of all pipe barrels for pinholes with a non- 22 destructive 2,500 volt test. 23 a) Repair any defects prior to shipment. 24 7) Mark each fitting with the date of application of the Iining system along 25 with its numerical sequence of application on that date and records 26 maintained by the applicator of his work. 27 S) For all Ductile Iron Pipe in wastewater service where the pipe has been 28 cut, coat the exposed surface with the touch-up material as recommended 29 by the manufacturer. 30 a) The touch-up material and the lining shall be of the same manufacturer. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL [NOT USED] 33 PART 3 - EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION [NOT USED] 36 3.3 PREPARATION [NOT USED] 37 3.4 INSTALLATION 38 A. General 39 1. Install pipe, fittings, specials and appurtenances as specified herein, as specified in 40 AW WA C600, AWWA M41 and in accordance with the pipe manufacturer's 41 recommendations. 42 2. See Section 33 11 11 for installation requirements for Ductile Iron Fittings. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.0 146 9 Revised December 20,2012 33 11 10-10 DUCTILE IRON PIPE Page 10 of 13 1 3. Lay pipe to the lines and grades as indicated in the Drawings. 2 4. Excavate and backfill trenches in accordance with Section 33 05 10. 3 5. Embed Ductile iron Pipe in accordance with Section 33 05 10. 4 6. For installation of carrier pipe within casing, see Section 33 05 24. 5 B. Pipe Handling 6 1. Haul and distribute pipe and fittings at the project site. 7 2. Handle piping with care to avoid damage. 8 a. Inspect each joint of pipe and reject or repair any damaged pipe prior to 9 lowering into the trench. 10 b. Do not handle the pipe in such a way that will damage the interior lining. 11 c. Use only nylon ropes, slings or other lifting devices that will not damage the 12 surface of the pipe for handling the pipe. 13 3. At the close of each operating day: 14 a. Keep the pipe clean and free of debris, dirt, animals and trash—during and after 15 the laying operation. 16 b. Effectively seal the open end of the pipe using a gasketed night cap. 17 C. Joint Making 18 1. Mechanical Joints 19 a. Bolt the follower ring into compression against the gasket with the bolts 20 tightened down evenly then cross torqued in accordance with AWWA C600. 21 b. Overstressing of bolts to compensate for poor installation practice will not be 22 permitted. 23 2. Push-on Joints 24 a. Install Push-on joints as defined in AWWA/ANSI CI I I/A21.11. 25 b. Wipe clean the gasket seat inside the bell of all extraneous matter. 26 c. Place the gasket in the bell in the position prescribed by the manufacturer. 27 d. Apply a thin film of non-toxic vegetable soap lubricant to the inside of the 28 gasket and the outside of the spigot prior to entering the spigot into the bell. 29 e. When using a field cut plain end piece of pipe, refinish the field cut and scarf to 30 conform to AWWA C600. 31 3. Flanged Joints 32 a. Use erection bolts and drift pins to make flanged connections. 33 1) Do not use undue force or restraint on the ends of the fittings. 34 2) Apply even and uniform pressure to the gasket. 35 b. The fitting must be free to move in any direction while bolting. 36 1) hnstall flange bolts with all bolt heads faced in one direction. 37 4. Joint Deflection 38 a. Deflect the pipe only when necessary to avoid obstructions or to meet the lines 39 and grades and shown in the Drawings. 40 b. The deflection of each joint must be in accordance with AWWA C600 Table 3. 41 c. The maximum deflection allowed is 50 percent of that indicated in AWWA 42 C600. 43 d. The manufacturer's recommendation may be used with the approval of the 44 Engineer. 45 D. Polyethylene Encasement Installation CI'T'Y OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 33 11 10-11 DUCTILE IRON PIPE Page 11 of 13 1 1. Preparation 2 a. Remove all lumps of clay, mud, cinders, etc., on pipe surface prior to 3 installation of polyethylene encasement. 4 1) Prevent soil or embedment material from becoming trapped between pipe 5 and polyethylene. 6 b. Fit polyethylene film to contour of pipe to affect a snug, but not tight encase 7 with minimum space between polyethylene and pipe. 8 1) Provide sufficient slack in contouring to prevent stretching polyethylene 9 where it bridges irregular surfaces such as bell-spigot interfaces, bolted 10 joints or fittings and to prevent damage to polyethylene due to backfilling 11 operations. 12 2) Secure overlaps and ends with adhesive tape and hold. 13 c. For installations below water table and/or in areas subject to tidal actions, seal 14 both ends of polyethylene tube with adhesive tape at joint overlap. 15 2. Tubular Type(Method A) 16 a. Cut polyethylene tube to length approximately 2 feet longer than pipe section. 17 b. Slip tube around pipe, centering it to provide 1-foot overlap on each adjacent 18 pipe section and bunching it accordion-fashion lengthwise until it clears pipe 19 ends. 20 c. Lower pipe into trench and make up pipe joint with preceding section of pipe. 21 d. Make shallow bell hole at joints to facilitate installation of polyethylene tube. 22 e. After assembling pipe joint, make overlap of polyethylene tube, pull bunched 23 polyethylene from preceding Iength of pipe, slip it over end of the new length 24 of pipe and wrap until it overlaps joint at end of preceding length of pipe. 25 f. Secure overlap in place. 26 g. Take up slack width at top of pipe to make a snug,but not tight, fit along barrel 27 of pipe, securing fold at quarter points. 28 h. Repair cuts,tears, punctures or other damage to polyethylene. 29 i. Proceed with installation of next pipe in same manner. 30 3. Tubular Type(Method B) 31 a. Cut polyethylene tube to length approximately 1 foot shorter than pipe section. 32 b. Slip tube around pipe, centering it to provide 6 inches of bare pipe at each end. 33 c. Take up slack width at top of pipe to make a snug, but not tight, fit along barrel 34 of pipe, securing fold at quarter points; secure ends. 35 d. Before making up joint, slip 3-foot Iength of polyethylene tube over end of 36 proceeding pipe section, bunching it accordion-fashion lengthwise. 37 e. After completing joint, pull 3-foot length of polyethylene over joint, 38 overlapping polyethylene previously installed on each adjacent section of pipe 39 by at least 1 foot; make each end snug and secure. 40 4. Sheet Type 41 a. Cut polyethylene sheet to a length approximately 2 feet longer than piece 42 section. 43 b. Center length to provide 1-foot overlap on each adjacent pipe section, bunching 44 it until it clears the pipe ends. 45 c. Wrap polyethylene around pipe so that it circumferentially overlaps top 46 quadrant of pipe. 47 d. Secure cut edge of polyethylene sheet at intervals of approximately 3 feet. CITY OF FORT WORTI4 CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJEC1'No.01468 Revised December 20,2012 33 11 10-12 DUCTILE IRON PIPE Page 12 of 13 1 e. Lower wrapped pipe into trench and make up pipe joint with preceding section 2 of pipe. 3 f. Make shallow bell hole at joints to facilitate installation of polyethylene. 4 g. After completing joint, make overlap and secure ends. 5 h. Repair cuts,tears, punctures or other damage to polyethylene. 6 i. Proceed with installation of next section of pipe in same manner. 7 5. Pipe-Shaped Appurtenances 8 a. Cover bends, reducers, offsets and other pipe-shaped appurtenances with 9 polyethylene in same manner as pipe and fittings. 10 6. Odd-Shaped Appurtenances 11 a. When it is not practical to wrap valves, tees, crosses, and other odd-shaped 12 pieces in tube, wrap with flat sheet or split length polyethylene tube by passing 13 sheet under appurtenances and bringing it up around body. 14 b. Make seams by bringing edges together, folding over twice and taping down. 15 c. Tape polyethylene securely in place at the valve stem and at any other 16 penetrations. 17 7. Repairs 18 a. Repair any cuts, tears,punctures or damage to polyethylene with adhesive tape 19 or with short length of polyethylene sheet or cut open tube, wrapped around 20 fitting to cover damaged area and secured in place. 21 8. Openings in Encasement 22 a. Provide openings for branches, service taps, blow-offs, air valves and similar 23 appurtenances by making an X-shaped cut in polyethylene and temporarily 24 folding back film. 25 b. After appurtenance is installed, tape slack securely to appurtenance and repair 26 cut, as well as other damaged area in polyethylene with tape. 27 c. Service taps may also be made directly through polyethylene, with any 28 resulting damaged areas being repaired as described above. 29 9. Junctions between Wrapped and Unwrapped Pipe: 30 a. Where polyethylene-wrapped pipe joins an adjacent pipe that is not wrapped, 31 extend polyethylene wrap to cover adjacent pipe for distance of at least 3 feet. 32 b. Secure end with circumferential turns of tape. 33 c. Wrap service lines of dissimilar metals with polyethylene or suitable dielectric 34 tape for minimum clear distance of 3 feet away from Cast or Ductile Iron Pipe. 35 3.5 REPAI"ESTORATION 36 A. Patching 37 1. Excessive field-patching is not permitted of lining or coating. 38 2. Patching of lining or coating will be allowed where area to be repaired does not 39 exceed 100 square inches and has no dimensions greater than 12 inches. 40 3. In general, there shall not be more than 1 patch on either the lining or the coating of 41 any 1 joint of pipe. 42 4. Wherever necessary to patch the pipe: 43 a. Make patch with cement mortar as previously specified for interior joints. 44 b. Do not install patched pipe until the patch has been properly and adequately 45 cured and approved for laying by the City. CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICA FION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 33 11 10-13 DUCTILE IRON PIPE Page 13 of 13 1 5. Promptly remove rejected pipe from the site. 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD loR] SITE QUALITY CONTROL 4 A. Potable Water Mains 5 1. Cleaning, disinfection, hydrostatic testing and bacteriological testing of water mains 6 a. Clean, flush,pig, disinfect, hydrostatic test and bacteriological test the water 7 main as specified in Section 33 04 40. 8 B. Wastewater Lines 9 1. Closed Circuit Television(CCTV)Inspection 10 a. Provide a Post-CCTV Inspection in accordance with Section 33 01 31. 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.110 CLEANING [NOT USED] 14 3.11. CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.1.4 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A.l.b.—Updated Payment types 12/20/2012 D.Johnson 1.3—Added definitions of gland types for clarity 2.2.13.9, 10, 11 and 12—Added reference to Section 33 11 05 and removed material specification for bolts,nuts and gaskets 20 CITY OF,FORT WORTH CULTURAL DISTRICT PT 6—CRE STLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01468 Revised December 20,2012 APPENDIX GC-4.01 Availability of Lands GC-4,02 Subsurface and Physical Conditions GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GR-01 60 00 Product Requirements CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRFSTLINE RD AND RIVER DR STAN DARDCON5TRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01460 Revised July 1,2011 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRFSTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01460 Revised July 1,2011 GC-4.01 Availability ®f Lands THIS PAGE LEFT INTENTIONALLY BLAND CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTIO N SPECIFICATION DOCUMENTS CIN PROJECT No.01460 Revised July 1,20 1.1 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION ROCU ME NTS CITY PROJECT No.01460 Revised July 1,2011 CULTURAL DISTRICT WATER AND SANITARY SEWER IMPROVEMENTS DART 6—CRESTLINIEw ROAD AND RIVER DRIVE PARCEL No. 1 PE PART 1 2001 UNIVERSITY DRIVE GEORGE SHIELDS SURVEY, ABSTRACT No. 1402 JO.SIAH M.C. LYNCH SURVEY, ABSTRACT No. 956 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH (NATER FACILITY EASEMENT DATE: JUNE 21, 2018 GRANTOR: CITY OF FORT WORTH GRANTOR'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water maintenance area situated in the George Shields Survey, Abstract No. 1402 and the Josiah M.C. Lynch Survey, Abstract No. 955 in the City of Fort Worth, Tarrant County, Texas, said permanent water maintenance area being a portion of a tract of land deeded to the City of Fort Worth as recorded in Volume 418, Page 42 of the Deed Records of Tarrant County, Texas, said permanent maintenance area being a portion of a 62.7 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in Volume 418, Page 42 of said Deed Records of Tarrant County, Texas, said,permanent water maintenance also being a portion of a tract of land deeded to the City of Fort Worth as recorded in Volume 1281, Page 499 of said Deed Records of Tarrant County, said permanent water maintenance area being more particularly described in attached Exhibits "A" and "B". Permanent Water Facility Fasemenl Rev.1/911 a onWont". Grantor, for the Consideration pard to Grantor and other good and valuable consideration, hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Facility", The Facility inclUdes all incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water mete'-Sr junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "A" and "B" aitached hereto and incorporated ltere.in for all pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing, operating. maintaining, replacing, upgrading, and repaidng said Facility. In no event shall Grantor (1) use the Easement Property in any manner which interferes In any material way or is Inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building, including, but not limited to, monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit. However, Grantor shall be permitted to Install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement PropeTty. Grantee shall be obligated to 1-estore the surface of the Easement Property at Grantee's sote cost and expense, including the restoration of any sidewalks, driveways, or similar surface impfovements located upon or adjacent to the Easement Property which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder. Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other Improvements installed in violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and assigns forever, and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Property unto Grantee, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns Include the plural. Permanent Water Faculty Easement Rev.110118 o 4o , GRANTOR: City of Fort Worth GRANTEE: City of Fort Worth By(Signature): (Print Name) ,Title APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notaxy Public in and for the State of Texas, on this day personally appeared ,known to me to be the same person whose name is subscribed to the foregoing instrument, and acicaowledged to me that the same was the act of and that he/she executed the same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this clay of 520 , NotaryPublic in and for the State of Texas Permanent Water Facility Easement Rev.1119118 ACKNOWLEDGEMENT STATE-OF T,EXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared , of the City of Fort Worth, known to me to be the some person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that helshe executed the sante as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this. day of , 2D Notary Public in end for the State of Texas Permanent Water FacIlIty Easement Rev. 10 kd CULTURAL DISTRICT WATER AND SANITARY SEWER]IMPROVEMENTS PART 6 CRE STLINE ROAD AND RIVER DRIVE PARCEL No. t PE PART I CITY PROJECT No. 01460 2001 UNIVERSITY DRIVE GEORGE SHIELDS SURVEY,ABSTRACT No. 1402 JOSIAH M.C.LYNCH SURVEY ABSTRACT No. 955 EXHIBIT"A" Being a permanent water maintenance area situated in the George Shields Survey, Abstract No. 1402 and the Josiah M.C. Lynch Survey, Abstract No. 955 in the City of Fort Worth, Tarrant County, Texas,said permanent water maintenance area being a portion of a 62.7 acre tract of land (by deed) deeded to the City of Fort Worth as recorded in Volume 418, Page 42 of said Deed Records of Tarrant County,Texas, said permanent water;maintenance area also being a portion of a tract of land deeded to the City of Fort Worth as recorded in Volume 1281, Page 499 of said Deed Records of Tarrant County,said permanent water maintenance area being more particularly described by metes and bounds as follows: COMMENCING at a 112 inch iron rod with cap stamped"EVERAGE"found for an angle point in the east line of Lot 1., Black 1 of-Lydick & Herbert Industrial, an addition to the City of Fort Worth., Tarrant County, Texas as recorded in Volume 38.8-57, Page 249 of the Plat Records of Tarrant County, Texas, said 112 inch iron rod with cap stamped"EVERAGE" also being an angle point in the west line of a right-of-way easement to Tarrant County Water Coratrol and Improvement District as recorded in Volume 2696, Page 228 of said Deed Records of Tarrant County, Texas, from which a 1/2 inch iron rod with cap stamped "EVERAGE" found for the northeast coiner of said Lot 1 bears Noith 42 degrees 28 minutes 41 seconds East, a distance of 262.00 feet, said 1/2 inch iron rod with cap stamped "EV'ERAGE" also being in the west line of said right-of-way easement to Tarrant County Water Control and Improvement District;T14ENCE South 33 degrees 58 minutes 41 seconds West, with the east line of said Lot 1 and with the west line of said right-of-way easement to Tarrant County Water Control and Improvement District, a distance of 76.59 feet to a 518 inch iron rod with cap stamped "DUNAWAY ASSOC. LP" found for the northeast corner of a 0.5555 acre tract of land(by deed) deeded to Trinity Parlc/Five Aces, Ltd. as recorded in County Clerk's File No. D209173432 of said Deed Records of Tarrant County, Texas; THENCE South 48 degrees 46 m—mutes 09 seconds East, a distance of 780.49 feet to the POINT OF BEGINNING of the herein described permanent water maintenance area, said point being in the apparent west line of a tract of land deeded to Fort Worth and Western Railroad Company as recorded in Volume 9391,Page 2044 of said Deed Records of Tarrant County,Texas; THENCE South 23 degrees 3 8 minutes 14 seconds East,with the apparent west line of said tract of land deeded to Fort Worth and Western Railroad Company, a distance of 20.02 to a point for corer; THENCE South 69 degrees 05 minutes 55 seconds West, a distance of 30.8.6 feet to a point for corner; Exhibit A Page 1 of 4 THENCE Noilb 89 degrees 24 minutes 18 seconds West; a distance of 443.22 fcct to a point for coiner; THENCE North. 77 degrees 58 minutes 44 seconds West, a distance of 63.48 feet to a point for corner; 'I'Y=FENCE North 89 degrees 49 minutes 28 seconds West, a distance of 667.85 feet to apoint for coiner; THENCE South 00 degrees 10 minutes 32 seconds West, a distance of 10.00 feet to a point for corner; THENCE Faith 89 degrees 49 minutes 28 seconds West. a distance of 10.00 feet to a point for Corner; THENCE South 76 degrees 25 minutes 35 seconds West, a distance of 11.67 feet to a point for corner; THENCE Norlb 89 degrees 28 minutes 47 seconds West, a distance of 446.70 feet to a point for Comer; THENCE North 88 degrees 20 minutes 02 seconds West, a distance of 72.58 feet to a point for corner in the southeasterly line of an existing Permanent Water Maintenance Area (no recording information found at this time); THENCE North 46 degrees 14 minutes 38 .seconds East, with the southeasterly line of said Permanent Waiter Maintenance Area, a distance of 28.08 feet to a point for corner; THENCE South 8.8 degrees 20 minutes 00 seconds Fast-, a distance of 52.66 feet to a point for corner; THENCE South 89 degrees 28 minutes 47 seconds East, a distance of 207.57 feet to a point for corner; THENCE North. 00 degrees 31 minutes 13 seconds East, a distance of 29.57 feet to a point for corner; THENCE South 89 degrees 48 minutes 02 seconds bast, a distance of 17,72 feet to a point for i ortltr; THE, North 00 degrees 3'1 minutes 13 seconds East, a distance of 5.25 feet to a point for comer; THENCE South 89 degrees 28 minutes 47 seconds East, a distance of 21..65 feet to .point for corner; THENCE South 00 degrces 11 mioubm l3 seconds West, a distance of 5.13 feet to a point for comer; Exhibit A Page 2 of 4 THENCE South 89 degrees 48 ininutes 02 seconds East, a distance of 92.70 feet to a point for comer; THENCE North 00 degrees .11 ;minutes 58 seconds East, a distance of 34.79 feet to a point for corner; THENCE South 89 degrees 28 minutes 47 seconds East, a distance of 10.00 feet to a point for corner; THENCE South 00 degrees I I minutes 58 seconds West, a distance of 44.74 feet to a point for corner; THENCE North 89 degrees 48 minutes 02 seconds West, a distance of 132.14 feet to a point for corner; THENCE South 00 degrees 31 minutes 13 seconds West, a distance of 19.62 feet to a point for corner; THENCE South 89 degrees 28 minutes 47 seconds East, a distance of 220.09 feet to a point for corner; THENCE North 45 degrees 11 minutes 20 seconds East, a distance of 18.00 feet to a point for cornet, THENCE South 89 degrees 49 minutes 2.8 seconds East, a distance of 63.6.84 feet to a point for corner; THE, North 00 degrees 10 minutes 32 seconds East, a distance of 5.00 feet to a point for corner; THENCE South 89 degrees 49 minutes 28 seconds East, a distance of 10.00 feet to a point for corner; THENCE South 00 degrees 10 minutes 3.2 seconds West, a distance of 5.00 feet to a point for corner; THENCE South 89 degrees 49 minutes 2.8 seconds East, a distance of 3993 feet to a point for corner; THENCE South 77 degrees 58 minutes 44 seconds East, a distance of 63.56 feet to a point for corner; THENCE South 89 degrees 24 minutes 18 seconds East, a distance of 6.59 feet to a point for corner; THENCE North 00 degrees 35 minutes 42 seconds East, a distance of 10.05 feet to a point for corner; Exhibit A Page 3 of 4 THENCE South 89 degrees 24 minutes ]8 second-, East, a distance of 10.0.0 feet to a point for corner; THENCE South 00 degrees 35 minutes 42 seconds Nest, a distance of 10.05 feet to a point for a;c�lll�t'; THENCE South 89 degrees 24 minutes 18 seconds East, a distance of 420.83 Feet to a point for corner; THENCE North 69 degrees 05 minutes 55 seconds East, a distance of 26.1.1 Feet to the POINT OF BE,GINNINGG and containing 37,105 square feet or 0..85.2 acres of land, mote or less. Notes: (1) A plat of even sw-vey dale.hertwith accompanics this 1qai description. (2) All bearings and coordinates are referenced to the Texas Coordinate System, TOAD-83,-Me North Central Zone 4202.All distances and area shown are surface. Date: June 2.1, 2018 Curtis Smith OF Registered Professional Land Surveyor ' , x ' No. k94 , Texas Firrallo, 10106900 CURTIS SMrM r 5494 {} U9'4 Y Exhibit A Page 4 of 4 EL EXHIBIT "B PARCEL No. # PF PART 1 J O S.I A H M.C. LYNCH SURVEY ^' N 11/2"if? W/CAP ABSTRACT No. 955 STAMPED "EV RAGE" CITY OF FORT WORTH LOT 1, BLOCK 1 IN/ vaLUM o R17 C.TAGE 42 LYDICK & HERBERT INDUSTRIAL � VOLUME 388-57, PACE 249 / RIGHT-OF-WAY P.R.T.C.T. / P.0•C. EASEMENT TARRANT FND 1/2"IR W/CAP COUNTY WATER CONTROL / ,y STAMPED "EVERAGE" AND IMPROVEMENT DISTRICT 17.02 ACRES (BY DEED) VOLUME D.R.T.C.T.9 .6, AGE 228 FORT WORTH INDEPENDENT FND 5/8"IR W/CAP I SCHOOL DISTRICT STAMPED "DUNAWAY / VOLUME .1348, PAGE 232 ASSOC. LP" D.R.T.C.T. W \ CITY OF FORT (NORTH VOLUME 901, PAGE 172 1 ` \ D.R.T.C.T. CITY OF FORT WORTH \a9y VOLUME 9725, PAGE 1833 \F �r�yo OR, -CJ, 0.5555 ACRES (BY DEED) ip>�pp� TRINITY PARK/FIVE ACES, LTD. ( \ ) C,C,F, No. D209173432 CITY OF FORT WORTH C D.R.T.C.T. I G v VOLUME 418, PAGE 42 CITY OF FORT WORTH D.R.T.C.T. VOLUME 1281, PAGE 49 .9 D R-T:C.T. E LOCATION IMAT gPPROXN L 9 f —— _ OF SURVEY LINE —L-39- -------------------------- .............. L-5 PERMANENT WATER SEE DETAIL "A" MAINTENANCEAREA �S EE DETAIL "B" 37,105 SQ. FT. OER 0.852 ACRES SEE DETAIL "C" 1 62.7 ACRES (BY DEED) GEORGE SHIELDS SURVEY CITY OF FORT WORTH ABSTRACT No. 1402 VOLUME 418, PAGE 42 D.R.T.C.T. NOTES: 200 100 0 200 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAD0 3, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE. SCALE 1N FEET o 'WORT City of Fort Wort 1000 THROCOORTON STREET • FORT WORTH, TEXAS 76102 CULTURAL DISTRICT WATER AND OF SANITARY SEWER IMPROVEMENTS ,PART 6 — CRES'TUNE ROAD AND RIVER DRIVE �r _ PARCEL. No. 1 PE PART 1 ICITY PROJ. NO. 01460 C TIS- SMIT PERMANENT WATER MAINTENANCE .AREA _ ;��g, 5494 OWNER: CITY OF FORT WORTH �yci SURVEY: ABSTRACT No. 1402, ABSTRACT No. 955- LOCATION: 55LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 37,105 SQUARE FEEL' OR 0.852 ACRES CURTIS. SMITH JOB No, KHA_1009.00 I DRAWN BY: SHS TUB FILE: 01-PE PTI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR RATE: JUNE 21, 2018 1 EXHIBIT B PAGE 1 OF 5 1 SCALE; 1" - 200' N0. 5494 TQW FIRM No. 16106900 GORTiONDONA dt ASSOCIATES, INC. • '7524 JACK NE'NELL BOULElIARD SOUTH FtlRT WORTH;TX. 78116 817-•496-1424 FAK 817-496-1768 EXHIBIT 13D 77 PARCEL No. f OPE PART 1 JOSIAH M.C. LYNCH SURVEY ABSTRACT No. 955 I 17.82 ACRES (Wr DEED) FORT WORFIi IH EPENDENT SCHOOL 1]b'�TR1CT VGLVM6 134s, PACE:232 I CITY OF FORT WORTH VOLUME 1338, PAGE 601 q:R.T,C.T. CITY OF FORT WORTH ui VOLUME 972"x; PAGE 1833 D.R.T.C.T._ CITY OF FORT WORTH VOLUME 9725, PAGE 1933 MAIWE 1336, PAGE 601 r D.R.T.C.T. _ �. cr Lu 5�1 PERW MENT WATER „ �r n WK ENANCE AREA DETAIL C (NC RECOROW (WORMATION E'4+IJNp AT PE))TIME) T _ L--12 Q! I �Ar1M11kIAT1f LOCATION _ ` RE TLI F ROAD ; ... �: ;y = cc � �,..� L-LJ .�j (AN UNDEDICATED ROAD) PERMANE'W WATER SEE ar 62:7 ACRES (BY DEED) MAINTENWCE AREA DETAIL "D" CITY OF FORT WORTH 37,105 SO. FT. OR VOLUME 418, PAGE 42 0.852 ACHES D.R.T.C.T. GEORGE SHIELDS SURVEY CITY OF FORT WORTH ABSTRACT No. 1402 VOLUME D1,RT. CAGE 499 .T NnTES: 2Oa 00 Q ZDD 1, A LEGAL IIESCR1PTION OF N DATE ACCOMPANIES THIS PLAT, W.. 2, AL1- KMIMGS AND COORDINATES -ARE REFERENCED TO DIE COORDINATE r^ S1ST1I+1, NAD-83, THE NORTH CENTRAL 'LONIi 4102, Ail. OIS'T.WCES AND AREAS $HOW# ARE SURFACE, SCALE IN FEET ir CI f Fort Worth 1O CHROCXMMON STREET - FORT WORTK TF'XAf; %b 1W CULTURAL DISTRICT WATER ANDSANITARY SEWER IMPROVEMENTS PART' 6 - C E'STUN'E ROAD AND RIYER .DRIVE ci:'� `�� PARCEL Na. 1 PE PART 1 CITY PROJ. NO. 01460 �CUW.,,.CS A1IT PERMANENT WATER MAINTENANCE AREA s"�ti 5494 OWNER. CITY OF FORT WORTH SURVIFY: ABSTRACT Na. 1402, A13STRACT No. 955 _ ••...•. LOCATION-. CIN OF FORT WORTH TARRANT COUNTY. TEXAS ACQUISITION AREA: 37.105 SQUARE FST DR 0,852 ACMES CiJI�fIS S�,}ETII ,109 Mn- KHA-11K 9.00 DRAWN 13Ya SH5 ICAD FILE: 01—PE P712m; REGISMREO PR♦7FESUOMAL LAND SURVkYOR lM'Fp amz 21 20TB E7SNwi 11 WE 2 OF SCALE, 1* m 200' It& 64114 TQ]AS FIRM Na. 1 i061i❑0 G', TWNDONA k ASEnI1TE5. MC. • 752# JAM NEWEM. uouk~YARr) SOUTH rORT woRTH. TK. 78118 F 1317-49841424 FAX B11-490-171513 EXHIBIT '4B " PARCEL No. 1 PE PART 1 LINE TABLE LEE I BEARING 01S ANCE L-1 1 N 42'28'41 'E 262.00' ,.` L-2 S 33'58 41 W 76.59 neo L--3 S 2338 i 4 E 24.02 L--4 S 69'05'Y5"-W- 30.86 i P.O.B. L--5 N 8.9`24-18 W 1 443.22 r------ - --y L--6 N 77'58'44"W 63.48 t L--7 If 89'49 28 W 667.85 L-39 L-8 S 00"I 0 32 W 10.00 L•-9 N 89'49'28"W 10.00 :; x--10 S 7625'35"W 1 :s7 12� INv 89'28'47"W- 8.20 02 w -T4-6-.2--0-7- L-- L-13 N 46'1 4 38 E 28.08 '•5 L-14 S 88'20'00 E 52.66 L-15 S 89'28 47 E 207.57 L-16 N 00'31 13 E 29.57 L-17 S 89'48'02"E 17.72 L-18 N 0.0'31'13"E 5.25 DETAIL "A" L-•19 S 89'28'47"E 21.65 NOT TO SCALE t L-36 L-20 S 00'31'130'W- 5.13 `a L-21 S 89'48 02 E 92,70 L-315 L_37 L`J L-38 L-22 N 00'11 58 E 34.79 IL-39`�'•,_ L-23 S 89'28'47"r 10.00 f_.'.'.' •1. .�' .rrere..w�we�.wrn.�..o.... L-24 S 00'°11 58 W 44.74 L--25 N 89'48 02 W 132,14 :•': :: L-26 S 00'31'13"W 19.62 L.. [ L-27 S 89.28 47' E 220.09 ..: : �.., L-28 N 45.11'20"E 1 8.00 L-5 L--29 S 89'49 28 E 636.84 L-30 N 00'10 32 E 5.00r- L-31 S 89-49'28"E 10,00 L-32 S 00'10'32'W 5.00 L-33 S 89'49 28 E 39.93 ................. L-34 'S 77',58'44"E 63.56 DETAIL "B' L--35 S 89"24'18 E 6,59 L-36 N 00-35'42"E 10.05 NOT TO SCALE L-37 S 89'24'1 8 E 10.00 L-38 S 00'35 42 IN 10.05 L-3.9 S 89'24 18 E 420,83 fT L--4.0 N 69'05 55`E 1. 26.11 NOTES' '1. A LEGAL DESCRIPTION OF WEN DATE ACCOMPANIES THIS PLAT. M!_ BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE =iY�rEul, NAD-•83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE, ORT ORT City y -f Fort Worth 1000 THROCKMORTON STREET + FORT WORTH, TEXAS 76.102 CULTURAL DISTRICT WATER AND SAl iTI TAR Y SEWER IMPR 0 VEMENTS PART 6 - CRESTLM ROAD AND RIVER DRIVE t, PARCEL No. 1 PE PART 1 CITY PROD. NO, 01460 C m�•TIII S ��� PERMANENT WATER MAINTENANCE AREA _ fn""AAqT. OWNER: CITY OF FORT WORTH SURVEY: ABSTRACT No. 1402, ABSTRACT No, 955 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 37,105 SQUARE FEET OR 0.852 ACRES CURTIS SMITH JOB No, KHA_1009.00 DRAWN BY: SHS CAD FILE: 01-PE PTI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE: JUNE. 21, 2018 iDSHIBff 8 PAGE 3 OF b SCAT E: N A NO, 5494 TEXAS FIRM Na. 10106900 GORRONOONA & ASSOCIATES, INC. • 7524 JACK NEWELL.BOULEVARD SOUTH FORT WORTH, TX. 76118 817-496-1424 FAX.817-496-1768 EXHIBIT J �! PARCEL No. f PR PART 1 ........ T BL DISTANCE rte' L-1 N 4728'41"E 262.00 T--2--S 33'58 41 W 76.56 - L-3 r' —3 S 2-3-38'14`E 2O- 2 ' L414 S 69'05'55"W 37,86 r' L-30 - L-32 t L-5 N x$9'24 18 x}43.22 L-29 L-31,/—.L-32 ` _ 1 �-233 --S 7 '56T44 63.4& r-•,.- .............. L--7 Id X9`49 28 667.#35 --- :: QO`10 3 1+ 10.0 :, 8 L--S N 8!x`49 W 100 E"'#. ;.r L-10 S792,5'35"W 7.67 ::::: :: L-- 89'28 47'yy 446.20 •.,�„r:,.a.,,.. L-12 N 88`213 O 58 '. L--1 3 N 46'14'38-E 28.08 ` L-14 S U'20'00"E: 52 fib L-15 S 89'28'47"E 207.57 L-- 6 N OV-31"113"F 20.57 L-17 S KNE 02 17.72 j=L8 N 00"31 13 E 5.25 • • .•' L-19 DETAIL "C" r' —19 S 00'31 13 S.rt3� ` NOT TO !SCALE L-21 S 89'48'02"E 92,74 i L-29 L-221 N 40'1 1'58"E 34,79 4'et--:.-- ., L—23 S 89'28 47 10M L-275: .Y.... . : ..: :;:`: : 1- 24 S 0' S6 4�t.74 t—25 N 89'48 O2 132.14 L'7—. .., i L7,26 S 00'3 1 W t 9rs L-8 �t L-27 S 89'2-8'47T 220.09 L-1] L-28 N #45'11'20"E 15.66 L-9 f L-29 S 89-49'28"E 8313.84 17L Lo L-30 N 00-101323'E 5.00 ' L-31 S 89"44'25"E '--TO OO —321 S OO' 0'32"W 5x00 L-33 S 89"49 28 £ 39.93 ,.—.�.................. L-341 S 77'58'44"E 63.56 L-35 S 89'24'1 WE 8.59 DETRIL "D" L-36 N 00'35 42 E 10.05 NOT TO SCALE L-37 S 59'24 11 E 10.05 L-38 S 0'35 +42 0.05 L-39 S 89'24'1 aE 1 42OZ L—IQ N 69'05'55"E 1 26.1 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2, ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE S{STEK NAD-83, THE NORTH CENTRAL ZONr 4202, ALL NVANOM AND MEAS SKWN ARE SURFACE. RT City oF Fort Worth 1000 THROUM€SRTON STREET • FORT 4YOMP-1, TEXAS 76102 IL LMRAL DISTRICT WATER AND OF � SANITARY SENTR rMPROVEMENTS ,��I Ici PART 6 — CJ4EETLI E, ROAD AND l rVRR DRIYR PARCEL No. 1 RE FART I CRY PROd. NO. 014:60 C TEs SMI PERMANENT WATER MAINTENANCE AREA OWNER: M OF FORT WORTH 5494 SURVEY. ABSTRACT Na. 14D2 A13STRACT No. 255 LOCATKIN: CITY OF FORT WORTH. TARRANT COUNTY, TEXAS ACQUISIVON AREA: 37,105 SQWE FEET DR 0.552 ACRES CURTIS SMITH JOS Ho. yi-LV.,i009A0 N ft sss CAD FILE 01—PE PTt-Oft REGISTERED PROFESSIONAL WIG SURVEYOR I1ATEL JURE 21 2019 E]RRIT R PAGE 4 QF 3 mal E A 5484 tLvk!5 F.1p,kia o1D61�04 G0it}TONU0NA & AS5OCUTES, IHC. • 7F224 JACK NEWELL eflULEVARD SOU111 FORT WORF, TX, 79118 • RI7-4,00-1424 rix 817-496-1709 EXHIBIT B 99 PARCEL No. 1 PE PART f LINE TABLE LINE BEA I G D S NCE L-1 N 42'28 41 E 262.00' L-2 S 33-58'41 W 76.59 L-23 i L-3 S 23'38'14 E 20.02 L--15 `1 L-4 S 69'05'55"W 30.86 L-5 N 89'24 18 W 443.22 L--17 L-6 N 77'58'44"W '-63--.48' €` L-18 L-19 c q L-7 N 89'49 28 W 687.85 L-2Q I ;;; L-8 S 00'10'32'rW 10.00' -21 L-9 N 89'49'28"W 10.00 _ L-10 S 76'25 35 W 11..67 L 26 L 25 L-11 N 89'28'47"W 446.20 L-27L-12 N 88'20'02"W 72.58 -"...... L--13 N 46'14 38 E 28.08 ............ ... ........................... .. - - L-14 S 88'20'00"E 52.66 ,. ;. :':::., ::_• L--15 S 89`28 47 E 207.57 L-1 f L-16 N 00'37 13 E --i9-.5-7r'-- L-17 S 89'48 00E- 17.72 " L-18 N 0.0'37 13 E 5.25 ................ L-19 S 89'28'47 'E 21.65' DETAIL "E" L-,20 S 00'3113'W 5,13' NOT TO SCALE L--27 S 89-48'02T- 92.70 L--22 N 06-1 1 58 E 34.79 L--23 S 8.9'28.47 E 1 Q.00 L-•24 S 00`11'58"W J44.74 L--25 N 89'48 02 W 132.14 L--26 S 00'31'1 3W 19.62 EASEMENT L--27 S 89'28 47 E 220.09 LOCATION L-28 N 45'11'20"E 18.00 L-29 S 89'49 28 E 636.84 L-30 N 00'10'32"E 5.00 L-31 5 8949 28 E 10.00 L-32 S 00'1.0 32 W 5.00 L-33 S 89'49 28 E 39.93 SUBJECT TRACT & L-34 S 77'58 44 E 63.56 LOCATION OF EASEMENT L-335 S 89'24 1'8 E 6.59 L-36 N 00'35'42"E 10.5 L--37 S 89'24'1 WE 10.00 L--38 S 00'35'429vE42 05' L-39. S 89'24'1 8 E .83 L-40 N 69'05 55'E 26.11 NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PIAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAO-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCES AND.AREAS SHOWN ARE SURFACE, City o Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, TEXAS 76102 CULTURAL DISTRICT WATER AND ' OF � SANITARY SEWERIMPROVEMENTS , .q� . .�:<`'� PART 6 -- CRESTLINE ROAD AND RIVER DRIVE C-02 PARCEL No. 1 PE PART 1 ICITY PROJ. NO. 01460 C TIS SIM L ENT WATER MAINTENANCE AREA , . CITY OF FORT WORTH ' ,f 549 ABSTRACT Na. 1402, ABSTRACT No. 955 {)'''• N: CITY OE FORT WORTH, TARRANT COUNTY, TEXAS ION AREA: 37,105 SQUARE FEET OR 0.852 ACRES CURTIS SMITH HA_1009.00 DRAWN BY: SMS CAD FILE: 01-PE PTI.DWG REGISTERED PROFESSIONAL LAND SURVEYOR. E 21 2018 EXHIBIT B PAGE 5 OF 5 SCALE:.N A N0. 5494 TEXAS FIRM io106B00 NDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX. 76118 • 817-496-1424 FAX-817-496-1768 CUU!'URAL DISTRICT WATER AND SANITARY SEWER IMPROVEMENTS, )PART 6— CRESTLINE ROAD AND RIVER DRIVE PARCEL No. 1 PE PART 2 2001 UNIVERSITY DRIVE GEORGE SHIELDS SURVEY, ABSTRACT No. 1402 JOSIAH M.C. LYNCH SURVEY, ABSTRACT No. 955 STATE OF TEXAS § § KNOW ALL MEN BY THESE PRESENTS COUNTY OF TARRANT § CITY OF FORT WORTH WATER FACILITY EASEMENT DATE: MAY 18, 2018 GRANTOR: CITY OF FORT{)NORTH GRANTOR'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH, TARRANT COUNTY, TX 76102 GRANTEE: CITY OF FORT WORTH GRANTEE'S MAILING ADDRESS (including County): 200 TEXAS ST. FORT WORTH TARRANT COUNTY, TX 76102 CONSIDERATION: Ten Dollars ($10.00) and other good and Valuable consideration, the receipt and sufficiency of which is hereby acknowledged. PROPERTY: Being a permanent water maintenance area situated in the George Shields Survey, Abstract No. 1402 and the Josiah M.C. Lynch Survey, Abstract No. 955 in the City of Fort Worth, Tarrant County, Texas, said permanent water maintenance area being a portion of a tract of land deeded to the City of Fort Worth as recorded in Volume 418, Page 42 of the Deed Records of Tarrant County, Texas, said permanent water maintenance area being more particularly, described in attached Exhibits "A" and "B" Permanent Water Facility basement Rev.1/8118 1e WORT . Grantor, for the Consideration paid to Grantor and other-good and valuable consideration, hereby grants, sells, and conveys to Grantee, its sucstors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, upgrade, and repair of a Permanent Water Main Facility, hereafter referred to as "Fadlity". The Facility includes all Incidental underground and aboveground attachments, equipment and appurtenances, including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines, water meters,junction boxes in, upon, under and across a portion of the Easement Property and more fully described in Exhibits "K and "B" attached hereto and incorporated herein for till pertinent purposes, together with the right and privilege at any and all times to enter Easement Property, or any part thereof, for the purpose of constructing. operating, maintaining, replacing, upgrading, and repairing said Facility, In no event shall Grantor (1) use the Easement Property in any manner which interferes in any material way or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the Easement Property a permanent structure or building., including, but not limited to, monurnent sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a building permit, However, Grantor shall be permitted to install and maintain a concrete, asphalt or gravel driveway, road or parking lot across the Easement Property. Grantee shall be obligated to restore the surface of the Easement Property at Grantee's sale cost and expense, Including the resteratlon of any sidewalks, driveways, or sirnilar surface improvements located upon or adjacent to the Easement Property Which may have been removed, relocated, altered, damaged, or destroyed as a result of the Grantee's use of the Easement Property granted hereunder, Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems or other improvements installed In violation of the provisions and intended use of this Easement Property. TO HAVE AND TO HOLD the above-described Easement Property, together with all and singular the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors anti assigns forever; and Grantor does hereby bind itself and its successor and assigns to warrant and forever defend all and singular the Easement Propeily unto Grantee, its sucaassor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. pt,cmmzmnr Wow Fac€Ilty Easement {iaV, iMgB "Zip- . GRANTOR: City of Fort Worth GRANTEE: City of Fort Worth By(Signature): (Print Nalne) ,Title_, APPROVED AS TO FORM AND LEGALITY (Signature) (Print Name) ,Title THE STATE OF TEXAS § COUNTY OF TA.RRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared 'known to me to be the same person whose name is subscribed to the foregoing instrument, and acknowledged to me that the same was the act of and that he/she executed the,same as the act of said the purposes and consideration therein expressed and in the capacity therein stated. GJVEN UNDER MY HAND AND SEAL Or OFFICE this day of ,20 , Notary Public in and for the State of Texas Permanant Water Facility Easement Rev.110118 �'aW x Wottr�, ACKNOWLEDGEMENT STATE OF TEXAS § COUNTY OF TARRANT BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas, on this day personally appeared of the City of Fort Worth, known to me to be the same person whose name is snbscrIbed to the foregoing instrument, and acknowledged to me that the same was the act of the City of Fort Worth and that he/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY,HAND AND SEAL_ OF OFFICE this day of f 2Q Notary Public'in and for the State of Texas QnGmanar,t Water Facility Easement Rev. 1101 to Fo zt �. CULTURAL DISTRICT WATER AND SANITARY SEWER IMPROVE,ME PART 6 CRE STLINE ROAD AND I;UVER DRIVE PARCEL No. t PE PART 2 CITY PROJECT No. 01460 2001 UNIVERSITY DIR VE GEORGE SHIELDS SURVEY,ABSTRACT No. 1402 JOSIAH M.C.LYNCH SURVEY ABSTRACT No. 955 EXHIBIT "A" Being a permanent water maintenance area situated in the George Shields Survey, Abstract No. 1402 and the Josiah M.C. Lynch Survey, Abstract No. 955 in the City of Fort Worth, Tarrant County, Texas; said permanent water maintenance area being a portion of a tract of land deeded to the City of Fort Worth as recorded in Voluune 418, Page 42 of the Deed Records of Tarrant County,Texas,said permanent water maintenance area being more particularly described by metes and bounds as follows: COMMENCING at a 1/2 inch iron rod with cap stamped"Everage found for an angle-point in the east line of Lot 1,Block 1 of Lydick&Herbert Industrial,air addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 388A57, Page 249 of the Plat Records of Tarrant County,Texas,said 1/2 inch iron rock with cap stamped"Everage"also being an angle point in the west line of a right-of-way easement to Tarrant County Water Control and Improvement District as recorded in Volume 2696,Page 228 of said Deed Records of Tarrant County,Texas,fi om which a 112 inch iron rod with cap stamped"Everage"found for the northeast corner of said Lot I bears North 42 degrees"28 minutes 41 seconds East,a distance of 262.00 feet, said 112 inch iron rod with cap stamped"Everage"also being in the west line of said right-of-way easement to Tarrant County Water Control and Improvement District; THENCE South 33 degrees 58 minutes 41 seconds West, with the east line of said Lot 1 and with the west line of said right-of-way easement to Tarrant County Water Control and Improvement District,a distance of 76.59 feet to a 518 inch iron rod with cap stamped "Dunaway Assoc. LP"found for the northeast coriier of a 0.5555 acre tract of land (by deed) deeded to Trinity Pailt/Five Aces, Ltd. as recorded in County Clerk's File No. D209173432 of said Deed Records of Tarrant County, Texas; THENCE South 54 degrees 52 minutes 55 seconds East, a distance of 832.07 feet to the POINT OF BEGINNING of the herein described permanent waterline easement, said point being in the apparent east line of a tract of land deeded to Fort Worth and Western Railroad Company as recorded it7 Vultime 9391, Page 2044 of said Deed Records of Tarrant County,Texas; THENCE North 69 degrees 05 minutes 55 seconds East, a distance of 0.96 feet to a point for corner; THENCE South 65 degrees 54 minutes 05 seconds East, a distance of 12.46 feet to a point for corner; THENCE South 45 degrees 22 minutes 06 seconds East, a distance of 18.10 feet to a point for corner; Exhibit A Page I of 2 THENCE North 89 degrees 37 minutes 54 second's East, a distance of 347.58 feet to a point for corner; THENCE North 00 degrees.22 minutes 06 seconds West, a distance of 21.87 feet to a point for corner; THENCE North 89 degrees 37 minutes 54 seconds Lust, a (listancc of 20.00 feet to a point for coiner; THENCE South 00 degrees 22 rninntes 06 seconds East, a distance of 21.87 feet to a point for wmer., THENCE North 89 degrees 37 minutes 54 seconds East,. a distance of 25.22 feet.to a point for corner; THENCE South 29 degrees 11 minutes 21 seconds West, a distance of.22.99 feet to a point for coiner; TTTENCE:South 89 degrees 37 minutes 54 seconds West, a distance of 389.75 feet to a point fa)• corner, THENCE North 45 degrees 22 minutes 06 seconds West, a distance of 1.48 feet to a point for coiner in the apparent east line of said tract of land deeded to Fort Worth and Western Railroad Company; THENCE A]oith 23 degrees 37 minutes 14 seconds West,with the apparent east fight-of-way line of said tract of land deeded to Fort Worth and W estem Railroad Company, a distance of 39.82 reel to flic MINT OF BEGINNING and containing 8.,649 square feet or 0.139 ams of IBM, mam- or less. Notes: (1) A plat of even survey date herewitb accompanies this legal description. (2) A I I bearings and coordinates are referenced to the Texas Coordinate System., NAD-83,The North Central Zone 4202. All distances and area.shown are stuface. Date: June 21, 2018 Cullis Sinith OF N 54�4Registered Professional Land Surveyor ��� ,����0 Texas Firm No. 101469.00 CURfiS SMITH r 6494 VIA Exhibit A Page 2 of 2 EXHTB T T "B " PARCEL ,Vo. 1 PE PART 2 FND�'•0•C• STAMPED "EV RAF' JOSIAH M.C. LYNCH SURVEY I STAMPED IR ERAGE" ABSTRACT No. 955 i LOT 1, BLOCK f LYDICK do HERBERT INDUSTRIAL + VOL UAT 388=57, PACE, 2.49 P.R.T.C.T. i { " FND 5/8-IR W/CAP CITY OF FORT WORTH. STAMPED "DUNAWAY VOLUME 418, PAGE 42 ASSOC. LP" D.R.T.C.T. RICHT--OF-WAY EASEMENT TARRANT COUNTY WATER CONTROL AND IMPROVEMENT DISTRICT VOLUME 2696, PAGE 228 s o D.R.T.C.T, Sgs2s CITY OF FORT WORTH sF ago PERMANENT WATER VOLUME 901, PAGE 1,72 ..A- p MAINTENANCE AREA D.R.T.C.T. •010 8,649 SQ. FT. OR Tl- 0.199 ACRES ~ a° DEED LINE CITY OF FORT WORTH Z. SEE 0.5555 ACRES (BY DEER) VOLUME 418, PAGE 42 TRINITY PARK/FIVE ACES. LTD. D.R.T.C,T. DETAIL "B�'� C.C.F. No. D209173432 P.O.B. 1..-6 APPROXIMATE LOCATION L- 2 OF SURVEY LINE S SERVE SEE CITY OF FORT WORTH DETAIL "p,,, VOLUME 418, PAGE 42 G� 5H N�, 1 i D.R.T.C.T.G�O Nc� CITY OF FOR62.7 ACRES T TWO} RTHi A VOLUME 418, PAGE 42 D.R.T.C.T. NDTES: 200 100 0 200 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TOGAS COORDINATE SYSTEM, NAD-83, THE NORTH CENTRAL TONE 4202, ALL DISTANCES AND AREAS SHOWN ARE SURFACE, SCALE I ISI FEET City of Fort Worth 1000 THRO.CKMORTON STREET • FORT WORTH, TEXAS. 76102 CULTURAL DISTRICT WATER AND SANITARY SEWER IMPROVEMENTS PART 6 --- CREST.+IINN ROAD AND RIVER DRIVE qL- PARCEL No. 1 .PE PARI' 2 CITY PROD. NO. 01460 C .I S smi PERMANENT WATER MAINTENANCE AREA OWNER: CITY OF FORT WORTH s SURVEY: ABSTRACT No. 1402, ABSTRACT No. 955 b''••• LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 8,649 SQUARE FEET OR 0.199 ACRES CURTIS SMITH JOB No. KHA_1009.00 IDRAWN BY: JPH I CAD FILEt 01-PE PT2.DWG REGISTERED PROFESSIONAL LAND SURVEYOR RATE: JUNE 21. 2018 1 EXHIBTf B PAGE 1 OF 2 $GALE; 1" a 20R' N0. 5494 TEXAS FIRM No. 101.06900 GORR0N00NA ac ASSOGfAT£S, INC. 7824 JACK NEWELL BDULEI/ARD SOUTH FORT WORTH, TX. 7'6118 817-496-1424 FAX 8.11--49s-1788 EXHIBIT "B 92 PARCEL No. I PSE` PART 2 L-10 '.:-::...::............�.:::. ... ..aha....aH ...a .-ice:. .. =k L- f �. f� L�13 .. .......... DETAIL "A" DETAIL "B" NOT TO SCALE NOT TO SCALE LINE TAB LINE BEARING DISTANCE L-1 N 42-2B'4 1 E 26200 L-2 S 3358'41 76.59 L-3 N 69'0.5'55"E 12.90 L-4 S 65.'.54'05"E- 12.46' L-5 S 4522 O6 E 16.10 --B N 89'37'54" L--7 N DO-2.2 06 21.87 L--'8 N 99'U7 54 E L--9 S 00'22 OE E 2 1.87 -- Q N 89-37'54-E 25.22 L-1 t S 2S'11'21 22.95 L-1 S 89'37 54 399.75 L-1 W-4-Y-2270-6 1.48-- �-T# N 23'37 14 38.ti2 N�>•E5: 1. A LEGAL CWCRgl0N OF EVLN 12ATE A.OMPANIES THIS PIAT. 2, AUL SEAMNGS AND COORID MIEs ARE REFIRENLED T9 THE .TEXAS COORDINATE SYSMEM, N00-93. 711E NOR IH CENTRAL ZONE 4202, ALL D1STAOXLS AREAS Voym ARE b-VRF'ACL- RT City of Fort Worth IMM THROCKMORTON STREET • FORT WORTH, WMAS 715102 CULTURAL DISTRICT WATER AND OF � SANITARY SEWER IMPROVEMENTS ,��-f��►sr������. .PART 6 -- C"Jr#ESMINE ROAD AND RIVER DRIVE PARCEL N0: 1 PE PART 2 CITY PROJ. NO. 01460 CUF SMITH 1 PERMANENT WATER MAINTENANCE AREA OWNER: CFrY OF FORT WORTH SUM. , ABSTRACT No. 1402, ABSTRACT No. 955 I-OCA110M. CITY OF FORT WORRI, TARRANT COUNTY, TEXAS ACOUPSITION AREA. 8,649 SQUARE FEET OR 0.199 ACRES CURTM SM[TH JOB No- KHJ-1009.00 IDRAWN BY.. JPH . - CPA FILE: 01—PE PT2.DWG AE915t5RW PROFESSIONAL LMD SURVMR anrE JUNE 21_2010 Rprr B PAGE 2 op # SCMXt A #J4: Shad T>ixA5 FARM #Jn: 1010 6408 CIO fr N04NA & AS500A ES, ENG. - 7524 JAOI{ NEWELL 0OULEYARD SULFTH FORT WURTH. TX. 719118 - B17-498-9424 FAX 817-4GO—;798 FORT WORTH& WESTERN RAILROAD CROSSING AGREEM E,NT WATERLINE, LICENSE PARCEL No. 2PE CITY PROJECT No. 014.60 2001 UNIVERSITY DRIVE GEORGE SHIELDS SURVEY,ABSTRACT No. 1402 JOSIAH M.C.LYNCH SURVEY ABSTRACT No. 955 EXHIBIT "All Being a water line license situated in the George Shields Survey,Abstract No. 1402 and the Josiah M.C.Lynch Survey,Abstract No. 955 in the City of Fort Worth,Tarrant County,Texas,said water line license being a portion of a tract of land deeded to Fort Worth and Western Railroad Company as recorded in Volume 93 91,Page 2044 of the Deed Records of Tarrant County,Texas,said water lime license being more particularly described by metes and bounds as follows: COMMENCING at a 112 inch iron rod with cap stamped "Everage" found for an angle point in the east line of Lot 1,Block 1 of.Lydick&Herbert Industrial,.an addition to the City of Fort Worth, Tarrant County, Texas as recorded in Volume 38857, Page 249 of the Plat Records of Tarrant County,Texas, said 1/2 inch iron rod with cap stamped"Everage" also being an angle point in the west line of a right-of-way easement to Tarrant County Water Control and Improvement District as recorded in Volume 2696,Page 228 of said Deed Records of Tarrant County,Texas,from-which a 112 inch iron rod with cap stamped"Everage"found for the northeast corner of said Lost I bears North 42 degrees 28 minutes 41 seconds East, a distance of 262.00 feet,said 1/2 inch iron rod with cap stamped"Everage"also being in the west line of said right-of-way easement to Tarrant County Water Control and Improvement District; THENCE South 33 degrees 58 minutes 41 seconds Vilest, with the east line of said Lot 1 and with the west line of said right-of-way easement to Tarrant County Water Control and Improvement District,a distance of 76.59 feet to a 5/8 inch iron rod with cap stamped"Dunaway Assoc. LP"found for the northeast corner of a 0.5555 acre tract of land (by deed) deeded to Trinity Park/rive Aces, Ltd. as recorded in County Clerk's File No. D209173432 of said Deed Records of Tarrant County, Texas; THENCE South 48 degrees 46 minutes 09 seconds East, a distance of 780..49 feet to the POINT OF PFGiNNING of the herein described water line license,said point being in the apparent west line of mid tract of Iand deeded to Font Worth and Western Railroad Company; THENCE North 69 degrees 05 minutes 55 seconds East, a elastance of 100.22 feet to a point for corner in the apparent east line of said tract of land deeded to Fort Worth and Western Railroad Company; THE, South 23 degrees 37 minutes 14 seconds East, with the apparent east line of said tract of land deeded to Fort Worth and Western Railroad, a distance of 39.82 feet to a point for coiner; THENCE North 45 degrees 22 minutes 06 seconds West, a distance of 21.29 feet to it point for corner; Exhibit A Page 1 of 4 THENCE North 65 degrees 54 minutes 05 seconds West, a distance of 0,56 feet to a point for corner; THENCE South 69 degrees 05 minutes 55 seconds West., a distance of 91.95 feet to a point for corner in the apparent west line of said tract of lard deeded to Fort Worth and Western E�ai!mad Company; THENCE North 23 degrees 38 minutes 14 seconds West,with the apparent west right-of way line of said Fort Worth and West= Railroad, a distance of 20.02 tet to the POINT OF 'BEGINNIING and containing 2,084 squats ['ect or 0,048 acmes of land, more or less. Nates: (1) A plat of even survey date Iterewith accompanics this legal description. (2) All bewings and coordinates are referenced to Ehc Texas Coordinate System, NAD-133,The North Central Zone 4202. A]I distances and arca shown are surface. Date: June 2'1,2018 Curtis Smith It4stered Professional Land Surveyor No, 5494 Texas Firm No, 10106900 O F + GUMS ;Mr T r 5494 . z k- FxMbit A Page 2 of 4 tJ `i EXHIBIT "A 99 ,PARCEL No. 2 PE F.0.C. D 1/2"IR W/CAP I FND 1/2"1R W/CAP STAMPED "EV RACE" / J�S�AH M.C. LYNCHSURVEY f STAMPED "EVERAGE" ABSTRACT No. 955 LOT 1, BLOCK I �. LYDICK & HERBERT INDUSTRIAL VOLUME 388-57, PAOR 249 P.R.T.C.T. I FND 5/81R W/CAP CITY OF FORT WORTH STAMPED "DUNAWAY VOLUME 418, PAGE 42 ASSOC. LP" D.R.T.C,T, RIGHT—OF—WAY EASEMENT TARRANT COUNTY WATER/ CITY OF FORT WORTH AND IMPROVEMENT DISTRICT II VOLUME 901, PAGE 172 VOLUME 2696, PAGE 228 IID.R.T.C.T. D.R.T.C.T. ¢° FORT WORTH AND sem` WESTERN RAILROAD COMPANY ?� VOLUME 9391, PAGE 2444 4� D.R.T.C.T. 0.5555 ACRES (BY DEED) CITY OF FORT WORTH SEE 41aTRINITY PARK/FIVE ACES, LTD. VOLUfAD.R.T.C.TAGE 42DETAIL „A„ C.C.F. No. D2091734.32 _ D,R T.0 T CITY OF FORT WORTH APPROXIMATE LOCATIONL 4 VOLUME 418, PAGE 42 / OF SURVEY LINE -y..;_.: D.R.T.C,T, 0'00- SVRvQ.O.B. inoCFS(B1DEED) cW / S���LDS L-8 , VOLUMED 418, 1 C.TAGE 42 A�� NQ• WATER LINE A,6S�R UCENSE AREA 62.7 ACRES (BY DEED) 2,084 SQ1 FT. 0R CITY OF FORT WORTH 0,048 ACRES VOLUME PAGE 42 D.R.TR.T.C.T. NOTES: 200 100 0 200 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL BEARINGS AND COORDINATES ARE REFERENCED TO THE TEXAS COORDINATE SYSTEM, NAA-83, THE NORTH CENTRAL ZONE 4202, ALL DISTANCFS AND AREAS. SHOWN ARE SURFACE. SCALE IN FEET 0OItTj I�UI W1` " 1000 THROCKMORTON STREET ■ FORT WORTH, TEXAS 76702 FORT WORTH & WESTERN RAILROAD .,OF..., UTILITY CROSSING AGREEMENT ' ' PARCEL No. 2 PE CITY PROJ. NO. Qi460 CURTIS�SMff WATER LINE LICENSE OWNER: CITY OF FORT WORTH SURVEY: ABSTRACT No. 1402, ABSTRACT No. 955 LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS ACQUISITION AREA: 2,084 SQUARE FEET OR 0,0413 ACRES CURTIS SMITH T ,109 N4. KHA_1009.00 DRAWN BY: JPH I CAD FILE: 02..PE-DWG REGISTERED PROFESSIONAL LAND SURVEYOR DATE_ JUNE 21-20110 EXHIBIT A PAGE 3 OF 4 1 SCALE-, 1" - 200' NO. 5494 TEXAS FIRM No. 10106900 GORRONDONA & ASSOCIATES, INC. • 7524 JACK NEWELL BOULEVARD SOUTH FORT WORTH, TX, 76118 • 817-496-1424 FAX 817--49.6-1768 EXHIBIT 91 A PARCEL No. 2 PE ✓11�vl15': ::4 ...1. t..'}. !S :.W:. ..i.' .:y. LINE TABLE BEARING D S NCE :..::............................... .i —1 N 4T28'4 I E 262.003 L-2 S 33'58'41 W 76.59 :.. .:{. L-3 N 6G'0 55'E 106.22 .... L- S 23-37'14'I" 39182 . _'; L-5 N 45'22 06 21.29 ::.::....... L-6 65'5+ DS J.58 " :. IL-71S 69'05 55"w 91.95 Z.3138'1 4'V DETAIL "A„ NOT TO SCALE NOTES: 1. A LEGAL DESCRIPTION OF EVEN DATE ACCOMPANIES THIS PLAT. 2. ALL HEARINGS AND COORDINATES ARE REFERENCED TO THE.TEXAS COORDINATE, SYSEM, NAD--83, THE NORTH CENTRAL, ZONE 42021 ALL DISTANCES AND AREAS SHOWN ARE SURFACE. City f Fort Worth 1000 THROCKMORTON STREET • FORT WORTH, ICME 77102 FORT WORTH & WESTERN RAILROAD Ca F UTILITY CROSSING AGREEMENT PARCEL No. E PF ICITY-PROJ..NO. 01460 C ITIS SMI I WATER LINE LICENSE 1� '� 545 47J OWNER., OFIY OF FORT WORTH SURVEY, ABSTRACT No. 1402, ABSTRACT No. 955 LOCATION: CITY OF FORT WORTH TARRANT COUNTY. SPATE ACQUISITION AREA: 2,1084 SQUARE FEET OR 0.048 ACRES CURTIS SMITH JOB Na. W1k-10159.00 I i3T wN Vi JPH CAD FILE: 02-PF.WM REi31SiEROD MaptsSLONAL LAND SURVEYOR I1ATE: MAY 18 2018 1 E7OQrF A FlAgE 4 OF 4 SCALe NIX 100. 5494 TEXA4M Na, 1D102904 G0RR0t404NA & AS.00ATF::, INC. - 7524 dPCK HCl4Ei.L SOULEWill SOUTH FORT INDIffTH, V. 761111 4 017R4S)BR1424 Fail 01.7-4RB-1769 CC-4.®2, Subsurface aid Physical Conditions THIS PAGE LIEIFT 1fNW EN`I ZONALLY BLANK CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01460 Revised July 1,20 1.1 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01460 Revised July 1,20 1.1 GEOTECHNICAL ENGINEERING STUDY CULTURAL DISTRICT WATER IMPROVEMENTS PART 6 FORT WORTH, TEXAS Presented To: Klmley-Horn and Associates, Inc- September 2017 PROJECT NO. 903-17-259 -�Ojcm 1E�T����T��E�]I�V�, ]IIS(Co 763h Texas Drive Fort Worth,Texas 76118 wwwanjengr.coni September 19, 2017 Report No. 103-17-251 Kimley-Horn and Associates, Inc. 801 Cherry Street, Unit 11, Suite 950 Fort Worth, Texas 76102-6803 Attn: Mr. Josh Kercho, P.E. GEOTECHNICAL ENGINEERINO STUDY CULTURAL DISTRICT WATER IMPROVEMENTS DART 6 FORT WORTH, TEXAS Dear Mr. Kercho: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 16-5988 (Revision 2) dated April 27, 2017. The geotechnical services were authorized via Standard Agreement for Professional Services with Kimley-Horn and Associates, Inc., Project Number 061018069.3.745 dated May 16, 2017. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, �PA OF.rF®`e CMJ ENGINEERING,INC. m c�.• '��S b! TEXAS FIRM REG15TRATioN No.F-9177 'r00 * ; •: �r .*...r.......................... JAMES P.SAPPINGTON,IV w f�( ��~ I���•. 97402 Jam s P. Sappington IV P.E. Senior Engineer �ra�0�A� •��• Texas No. 97402 copies submitted: (2) Mr. Josh Kercho, P.E.; Kimley-Horn and Associates, Inc. Phone(817) 284-9400 Fax(817)589-9993 — Metro(817)589-9992 TABLE OF CONTENTS Page 1.0 INTRODUCTION--------------------------------------------------------------------------------------------------------1 1.1 General ----------------------.._----.._-----_.----------------------------------------------_---...._----__-___---------1 1.2 Purpose and Scope----------------------------------------------------------------------------------------------1 1.3 Report Format-----------------------------------------------------------------------------------------------------1 2.0 FIELD EXPLORATION AND LABORATORY TESTING------------------------------------------------------2 2.1 Field Exploration--------------------------------------------------------------------------------------------------2. 2.2 Laboratory Testing------------------------------------------------------------------------------------------------3 3.0 SUBSURFACE CONDITIONS---------------------------------------------------------------------------------------3 3.1 Site Geology-------------------------------------------------------------------------------------------------------3 3.2 Soil Conditions----------------------------------------------------------------------------------------------------4 3.3 Ground-water Observations -----------------------------------------------------------------------------------5 4.0 TRENCH AND BORE EXCAVATIONS---------------------------------------------------------------------------6 4.1 Expected Subsurface Conditions-----------------------------------------------------------------------------g 4.2 Open Cut-----------------------------------------------------------------------------------------------------------7 4.3 Trench 1 Bore Pit Dewatering----------------------------------------------------------------------------------7 4.4 Soft Trench Bottom Conditions -------------------------------------------------------------------------------8 4.5 Excavation Considerations-------------------------------------------------------------------------------------8 4.6 Trench Backfill -----------------------------...._.-------------------------------------------------------------------9 4.7 Trench Backfill Settlement----------------------------------------------------------------------------------- 10 4.8 Provisions to Reduce Backfill Settlement ----------------------------------------------------------------10 4.9 Bore/Tunnel Considerations---------------------------------------------------------------------------------10 5.0 EARTHWORK-------------------------------------..-------------------------------------------------------------------11 5.1 Site Preparation & Field Testing----------------------------------------------------------------------------11 5.2 Excavation -------------------------------------------------------------------------------------------------------12 5.3 Soil Corrosion Potential---------------------------------------------------------------------------------------13 5.4 Erosion and Sediment Control--------------------------------------------------------- ----13 6.0 CONSTRUCTION OBSERVATIONS --- -.------------------------------------------------------.-.--------__-_--13 7.0 REPORT CLOSURE------------------------------------------------------------------------------------------------14 APPENDIX A Plate Planof Borings -------------------------------.._----.....------_-----------------------------------------...........----.----_-------A.1 Unified Soil Classification System----------------------------------------------------------------------------------------A.2 Key to Classification and Symbols---------------------------------------------------------------------------------------A.3 Logsof Borings--------------------------------------------------------------------------------------------------------A.4-A.8 Particle Size Distribution Reports------------------------------------------------------------------------------A.9-A.11 1.0 INTRODUCTION 1.1 General This report presents the results of a geotechnical engineering study for a 24-inch water fine beginning in the vicinity of the intersection of Crestline Road at Trinity Park Drive within Trinity Park and extending eastward to the Holly Water Treatment Plant in Fort Worth, Texas. The water line is approximately 3,500 linear feet and will have a deep tunneling component and cased crossing of the Clear Fork Trinity River. The project vicinity and approximate location of exploration borings are illustrated on Plate A.1, Plan of Barings. 1.2 Purpose and Scope The purpose of this geotechnical engineering study has been to determine the general subsurface conditions, evaluate the engineering characteristics of the subsurface materials encountered, and develop comments on general excavation. To accomplish its intended purposes, the study has been conducted in the following phases: (9) drilling sample borings to determine the general subsurface conditions and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of the subsurface materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed construction. The design is currently in progress and the locations and/or elevations of the structure could change. Once the final design is near completion (80-percent to 90-percent stage), it is recommended that CMJ Engineering, Inc. be retained to review those portions of the construction documents pertaining to the geotechnical recommendations, as a means to determine that our recommendations have been interpreted as intended. 1.3 Report Format The text of the report is contained in Sections 1 through 7. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in length may appear in the body of the text and are numbered according to the section in which they occur. Report No.103-17-251 CMJ ENGINEERING,INC. 1 Units used in the report are based on the English system and may include tons per square foot (tsf), kips (1 kip = 1,000 pounds), kips per square foot (ksf), pounds per square foot (psf), pounds per cubic foot (pcf), and pounds per square inch (psi). 2.0 FIELD EXPLORATION AND LABORATORY TESTING 2.9 Field Exploration Subsurface materials at the project site were explored by five (5) vertical soil borings. Borings BH- S and BH-2 were drilled to a depth of 25 feet and 81­11-3 through BH-5 were drilled to a depth of 55 feet along the proposed water line alignment. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Plates A.4 through A.8 and keys to classifications and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens were extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the logs. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5-x. Disturbed samples of the noncohesive granular or stiff to hard cohesive materials were obtained utilizing a nominal 2-inch O.D. split-barrel (split-spoon) sampler in conjunction with the Standard Penetration Test (ASTM D 1586). This test employs a 140-pound hammer that drops a free fall vertical distance of 30 inches, driving the split-spoon sampler into the material. The number of blows required for 18 inches of penetration is recorded and the value for the last 12 inches, or the penetration obtained from 50 blows, is reported as the Standard Penetration Value (N) at the appropriate depth on the logs of borings. Report No.103-17-251 CMJ ENGINEERING,INC. 2 To evaluate the relative density and consistency of the harder formations, a modified version of the Texas Cone Penetration test was performed at selected locations. Texas Department of Transportation (TXDOT) Test Method Tex-132-17 specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Ground-water observations during and after completion of the borings are shown on the upper right of the boring log. Upon completion of the borings, the bore holes were backfilled with soil cuttings and plugged at the surface by hand tamping or with asphalt as appropriate. 2.2 Laboratory Testing Laboratory soil tests were performed on selected representative samples recovered from the borings. In addition to the classification tests (liquid limits, plastic limits, gradations), moisture content, unconfined compressive strength, and unit weight tests were performed. Results of the laboratory classification tests, moisture content, unconfined compressive strength, and unit weight tests conducted for this project are included on the boring logs. Gradation analyses are presented on Plates A.9 through A.11, Particle Size Distribution Reports. The above laboratory tests were performed in general accordance with applicable ASTM procedures or generally accepted practice. 3.0 SUBSURFACE CONDITIONS 3.1 Site Geology The Dallas Sheet of the Geologic Atlas of Texas indicates the project site is located in Alluvium Deposits of the Clear Fork Trinity River overlying the Duck Creek, Kiamichi, and/or Goodland formations. The alluvial and terrace deposits are generally a mixture of fine-grained and coarse Report No.103-17-251 CMJ ENGINFERING,INC. 3 materials, which are typically layered with grain sizes increasing with depth. At the surface the clay portions of these deposits can be moderately to highly active. Ground-water is typically present in these deposits, especially in the proximity of a river or creek. 3.2 Soil Conditions Specific types and depths of subsurface strata encountered at the boring locations are shown on the boring logs in Appendix A. The generalized subsurface stratigraphy encountered in the borings is discussed below. Note that depths on the borings refer to the depth from the existing grade or ground surface present at the time of the investigation, and the boundaries between the various soil types are approximate. Pavement is present at the surface in Boring BH-2 consisting of 2Y/ inches of hot-mix asphalt. Lime treatment of the clay subgrade with a thickness of 10 inches was detected by indicator below the asphalt in Boring BH-2. Pill materials are present to a depth of 16 feet in Boring BH-4, consisting of various light brown, brown, dark brown, and gray silty clays containing gravel, wood fragments, metal fragments, rubber pieces, and metal wire. The fill debris in BH-4 is generally very dense in place, with Texas Cone Penetrometer (THD) test values of 1% to 2'/ inches of penetration for 100 hammer blows. A tested unconfined compressive strength of the silty clay fill in Boring BH-4 was 1,880 psf, with a tested dry unit weight of 104 pcf. Fill is also present at the surface in Boring BH-5 extending to a depth of 1 foot. This fill consisted of light brown silty clays with gravel and asphalt fragments. A wide degree of variability is noted along the project alignment, as is typical in alluvial-type deposits. Natural overburden soils encountered consist of various dark brown, brown, light brown, gray silty clays, sandy clays, silty sandy clays, shaly clays, and clays. Gravel is present within the silty clays in Boring BH-1 above 2 feet. Gravel and silty sand containing occasional gravel is present in BH-1 from 2 to 81/feet. These granular soils are considered very dense, with Standard Penetration (N) values of 57 blows per foot to 2 inches of penetration for 50 hammer blows. Limestone fragments and fractured limestone seams are noted within the various sandy clays, silty sandy clays, and clays below13 feet in Boring BH-1 and from 13 to 17 feet in Boring BH-5. Limestone seams are also noted within the shaly clays below 17 feet in Boring BH-5. Boring BH-2 was terminated within the various silty clay soils at a depth of 25 feet. Report No.103-17-251 CMJ ENGINHERING,INC. 4 The natural soils encountered had tested Liquid Limits (LL) of 30 to 66 with Plasticity Indices (PI) of 14 to 46, and classify as GP, SM, CL and CH according to the USCS. Tested unit weight and unconfined compressive strength values range from 96 to 116 pcf and 1,470 to 14,040 psf, respectively. Moisture content values range from 4 to 33 percent. Tan limestone is next present in Borings BH-1 and BH-3 below depths of 151/ and 36 feet, respectively. The tan limestone in Boring BH-3 contains gravel seams and layers to 40 feet and is considered soft to moderately hard (rock basis), with a Standard Penetration (SPT) test result of 4 inches of penetration for 50 hammer blows. Gravel with tan sand is then encountered in Boring BH-3 at 40 feet and underlain by fractured tan limestone at 49 feet. This fractured tan limestone is very hard (rock basis), with THD test values of % to % inch of penetration for 100 hammer blows. The tan limestone in Boring BH-1 contains gray limestone seams, occasional shale seams and is hard to very hard (rock basis) with THD test results of 1/2 tot inch of penetration for 100 hammer blows. Barings BH-1 and BH-3 were terminated within the tan limestone at depths of 25 and 55 feet, respectively. Gray limestone is next present at depths of 16 to 20 feet in Barings BH-4 and BH-5, respectively. The gray limestone occasionally occurs as shaly limestone, contains occasional shale seams and layers, and is moderately hard to hard (rock basis), with Texas Cone Penetrometer (THD) test values of % to 3 inches of penetration for 100 hammer blows. Borings BH-4 and BH-5 were terminated within the gray limestone at a depth of 55 feet. 3.3 Ground[water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling. Ground-water seepage was encountered during drilling in Barings BH-1 through BH-4 at depths of 6 to 22 feet. Secondary ground-water seepage was noted during drilling at a depth of 17 feet in Boring BHA Water levels of 11 to 20 feet were measured in Borings BH-1 through BH-4at drilling completion. Boring BH-5 was dry during drilling and dry at completion of drilling operations. Table 3.3-1 summarizes water level data. While it is not possible to accurately predict the magnitude of subsurface water fluctuation that might occur based upon these short-term observations, it should be recognized that ground-water conditions will vary with fluctuations in rainfall. Seepage near the observed levels should be anticipated throughout the year. Report No.103-17-251 CMJ ENGINEERING,INC. 5 TABLE 3.3.1 Ground-Water Observations Boring Seepage During Water at Completion (ft.) No. Drilling (ft.) 6 BH-1 Secondaryat 17 11 BH-2 17 15 131-1-3 22 18 BH-4 12 20 BH-5 Dry Dry 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. Water may be encountered in sand seams/layers, joints, fractures, or permeable seams within the various alluvial deposit soils. Due to the variable subsurface conditions, long-term observations would be necessary to more accurately evaluate the groundwater level. Such observations would require installation of piezometer or observation wells which are sealed to prevent the influence of surface water. 4.0 TRENCH AND BORE EXCAVATIONS 4.1 Expected Subsurface Conditions The proposed water line will be constructed mainly through Alluvial geological formation soils. The depositional composition of this geological formation is varied from sands and gravels to silty clays and clays. This general variability can be seen in the majority of the borings. The tan and gray limestones present in Borings BH-1 and BH-3 through BH-5 are likely those of the Goodland or Duck Creek geologic formations. Shaly clay remnants in Boring BH-5 are surmised to be those of the Kiamichi geologic formation. Limestone with shale seams or layers and occasional gravel seams or layers are present in Borings BH-1 and BH-3 through BH-5 below depths of 15% to 36 feet, and can be difficult to remove or excavate. The tan and gray limestones are considered hard to very hard (rock basis), and will present excavation difficulty which may require special techniques for ripping/rock removal. No hard rock was encountered in Boring 131-1-2. Report No.103-17-251 CMJ IsNGINEERINIG,INC. 6 Selected zones of silty sand and gravel materials are present in somewhat non-uniform fashion, as is typical in alluvial deposits and may pose challenges. Although the sands and gravels exhibit very dense relatively density, they can experience significant caving and quick conditions when subjected to vibrations and general excavation if encountered below the ground-water table. These soils also can experience collapsing with vibrations due to little to few fines. In addition, the significant fill present above 16 feet in Boring BH-4 will also be subject to sloughing and caving conditions. The fills could contain large concrete fragments or dense metal or wire fragments and could cause a high degree of difficulty in excavation. The natural silty clays, sandy clays, silty sandy clays, shaly clays, and clays onsite generally are what the writer would consider normal excavation materials in the north central Texas area and should be able to be excavated by standard equipment. No unusual conditions in the clay soils were noted at the boring locations. 4.2 Open Cut The trench excavations should be performed in accordance with OSHA Safety and Health Standards (29 CFR 192611919), Subpart P. For excavations less than 5 feet deep through the various clays, it is expected that near vertical excavation walls will be possible. However, excavations which occur through soft clays, granular soils, non-compacted fill (BH-4), or submerged soils it will be necessary to either slope the excavation sidewalls or provide temporary bracing to control excavation wall instability. In addition, for excavations deeper than 5 feet, the excavation sidewalls must be sloped or temporary bracing must be provided, regardless of the soil conditions encountered. 4.3 Trench 1 Bore Pit Dewatering As discussed in Section 3.3, Ground-water Observations, ground-water conditions can vary with seasonal fluctuations in rainfall. In the case that ground-water is encountered, controlling the ground-water is essential to construction of the proposed water line. Failure to control any encountered ground-water could result in trench wall collapse, trench bottom heave, an unstable trench bottom and detrimental pipeline settlement and pipe deflections after backfilling. Ground- water levels should be maintained at two feet below the bases of the excavations for the full term of construction. Protection of the open excavations should be provided during periods of moderate to heavy rainfall, as surface water will most likely channel and collect in the excavations. The water level should be lowered prior to excavating and should be maintained at this lowered level Report No.403-47-257 CMJ ENGINEERING,INC. 7 until the pipe trench is backfilled. In the event that water infiltration rates are high, as may be the case where sand or gravel strata are encountered, it may be necessary to install a more elaborate dewatering system. The design of any dewatering system required is the contractor's responsibility. 4.4 Soft Trench Bottom Conditions Soft trench bottom conditions are unlikely where the trench bottom is situated in the natural clays, but soft conditions may occur, especially in areas where ground-water is present. Control of ground-water as discussed above is the key to avoiding an unstable trench bottom in soils which are more granular, as well as cohesive soils. Unstable trench bottoms are considered to be unsuitable for support of the pipe. Soft clays could occur where ground-water is present. In any areas where unsuitable bearing materials are encountered at the planned invert elevation, the trench bottom can be prepared using the following method: Under-cut to a suitable bearing subgrade and replace with a structural compacted fill. The over-excavation should extend laterally a distance of at least 1 foot beyond the edges of the pipe, and then at least 1 foot laterally for every 1.5 feet of fill required beneath the pipe. The over-excavation backfill should be completely surrounded with a geotextile consisting of Mirafi 140N, Amoco Propex 4545, or equivalent. The backfill should consist of a free draining aggregate (i.e., sands, gravels, crushed limestone, or crushed concrete) approved by the geotechnical engineer. The backfill should be placed in maximum 9-inch loose lifts and uniformly compacted to a minimum relative density of 65 percent as determined by test methods ASTM D 4253 and D 4254. 4.5 Excavation Considerations If open trench cuts are performed within 1.25 times the trench depth of any surface structure, trench shoring (not trench boxes) should be used within open trench cuts performed within this distance. Hydraulic shoring struts should be used and installed during excavation as needed to provide full lateral support to vertical trench sidewalls and thereby help reduce lateral ground movements near existing structures. A pre-construction condition survey should be performed prior to beginning excavation near any structure that could be affected by the trench excavation to verify existing conditions (existing distress) prior to construction. Construction monitoring should be performed to verify that existing structures are not impacted or damaged by construction operations. Report No.103-17-251 CMJ ENGINEERING,INC. 8 Any pavement structure (concrete, asphalt, base course material or stabilized subgrade) should extend a minimum of 12 inches beyond the edge of the excavation trench. This additional width of pavement structure greatly reduces the potential for reflective cracking upwards into the pavement. 4.6 Trench Backfill To assure adequate base support for the pipe, it is recommended that beddinglembedment material be placed around the pipe, 6 inches below the pipe, and 12 inches above the pipe. if concern exists of native backfill above the embedment migrating into the more coarse embedment (and causing backfill settlement), a filter cloth is recommended at the embedment/native soil interface. The filter cloth should cover the entire interface and up through the sidewall a minimum of 1 foot. Bedding material may consist of gravel/stone from V to No. 10 sieve size. Gravel should be consolidated upon placement by rodding or pneumatic vibration methods. Such methods should not cause harm or distress to the pipe. The filter cloth should be TenCate Geosynthetics Marifi 140N or equivalent. Site excavated materials are generally considered suitable for use as backfill above the pipe bedding materials. All trench backfill should be free of deleterious materials. Use of rock fragments greater than 4 inches in any dimension should be prohibited, since attaining a uniform moisture and density without voids would be difficult. Backfill should be compacted in maximum 8- inch loose lifts at a minimum of 95 percent of the Standard Proctor density (ASTM D 698). The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. Clay soils having a Plasticity Index greater than 20 should be compacted at a moisture content ranging from 0 to plus 4 percentage points above the optimum moisture content. Granular soils having a PI less than 20 should be compacted at a moisture content ranging from minus 3 to plus 3 percentage points of the optimum moisture content. Jetting to compact the pipe backfill should not be allowed. In areas where settlement of the backfill must be closely controlled, the trench excavation should be backfilled with either cement stabilized sand or flowable concrete having a 28-day compressive strength ranging between 50 and 200 psi. Deport No.103-17-251 CMJ ENGINEERING,INC. 9 4.7 Trench Backfill Settlement Settlement of the backfill soils should be anticipated. It is anticipated that properly compacted on- site clay fill soils will settle between about 1 and 2 percent of the fill thickness. For example, 10 feet of fill would be expected to settle on the order of 1.2 to 2.4 inches. The trench backfill could be over-built in order to reduce the potential for a surface depression along the trench centerline. We recommend the backfill be crowned. The centerline of the excavation should be over-built by one foot and sloped down to match grade at the edge of the excavation. 4.8 Provisions to Reduce Backfill Settlement Field testing will be a critical element in controlling the compaction of the backfill to limit settlement. All trench backfilling in these critical areas shall include full-time observation of soil compaction by an experienced geotechnician under the supervision of the geotechnical engineer. The contractor should provide protection for the testing/inspection personnel while working in the trenches, and shall move the protective shield/shoring such that areas to be tested are readily accessible. The compacted moisture/density of all backfill soils should be tested at a rate of one test per 100 linear feet of trench, for each lift of fill placed, during compaction. Digging through existing lifts of backfill to access and test underlying lifts should not be allowed. In addition, to limit settlement, where crushed stone materials are used as pipe bedding materials, they should be wrapped with a suitable geotextile to limit the intrusion of fines into the crushed stone material, as previously discussed. 4.9 Bore/Tunnel Considerations Alluvial and Fluviatile deposits are well-known for variability with vertical and lateral extent. The various soils will vary in thickness and depth, and the potential for water seepage in more granular zones also will vary with climate, rainfall events, and depths/thickness of more permeable soils. Materials encountered in the upper 10 feet in Boring BH-4, conducted in the vicinity of the Clear Fork Trinity River crossing consists of fill materials or various gravel, wood, rubber, and metal content. Should the bore/tunnel depth encompass the fill zone, or any zones of sands or gravel, cave-in of these non-plastic materials and a high degree of drilling difficulty due to the abrasive and Report No.403-1.7-251 CMJ ENGINEERING,INC. 10 non-uniform presence of the fill materials should be expected. In addition, water seepage within sands/gravels and the fills can complicate tunnel drilling/drilling and cave-in. Sand or gravel seamslzones or permeable zones of the fills can serve as conduits to direct water towards the bore excavation. Water seepage can decrease the stability of the bore/tunnel excavation and result in ground subsidence. The underlying gray limestone with shale seams and layers is anticipated to consist of relatively good materials for boring and tunneling. However, materials below 40 feet in Boring BH-3 consist of tan limestone with gravel seams and layers with significant ground-water. Therefore, casing of the bore excavation likely will be necessary to prevent caving in both the existing fills and gravel zones and layers whether present in or above the tan limestone. The only method available to confirm the actual soil conditions directly beneath the thalweg of the river along the crossing route would involve barge-mounted drilling equipment. It is recommended that the bore/ tunnel contractor be made aware of these potential variabilities. A contractor experienced in tunneling in alluvial deposits (granular) materials will understand the ramifications of the above discussion. 5.0 EARTHWORK 5.1 Site Preparation & Field Testing The subgrade should be firm and able to support the construction equipment without displacement. Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof rolling should be performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geotechnical engineer or his/her representative. Prior to fill placement, the subgrade should be scarified to a minimum depth of 6 inches, its moisture content adjusted, and recompacted to the moisture and density recommended for fill. Fill materials should be uniform with respect to material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of uniform moisture and density is obtained for each lift. Report No.103-17-261 CMJ ENGINEERING,INC. 11 Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. Soil fill material should be compacted to a minimum density of 95 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. Graded stone should be compacted to a minimum of 70 percent relative density per ASTM D 4253 and D 4254. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage points below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended. For small areas or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet. A minimum of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuing basis by an experienced geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. The purpose of the field density tests is to provide some indication that uniform and adequate compaction is being obtained. The actual quality of the fill, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guarantee of the quality of the contractor's filling operations. 5,2 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing structures, pipelines or other facilities, which are constructed prior to or during the currently proposed construction and which require excavation, should be protected from loss of end bearing or lateral support. Report No.103-17-251 CMJ ENGINEERING,INC. 12 Temporary construction slopes and/or permanent embankment slopes should be protected from surface runoff water. Site grading should be designed to allow drainage at planned areas where erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Trench safety recommendations are beyond the scope of this report. The contractor must comply with all applicable safety regulations concerning trench safety and excavations including, but not limited to, OSHA regulations. 5.3 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal or concrete pipe and similar facilities in contact with these soils should be used. 5.4 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. 6.0 CONSTRUCTION OBSERVATIONS In any geotechnical investigation, the design recommendations are based on a limited amount of information about the subsurface conditions. In the analysis, the geotechnical engineer must assume the subsurface conditions are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurface conditions are revealed. Therefore, it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and foundation installation and perform materials evaluation during the construction phase of the project. This enables the geotechnical engineer to stay abreast of the project and to be readily available to evaluate unanticipated conditions, to conduct additional tests if required and, when necessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, Report No,103-17-261 CMJ ENGINEERING,INC. 13 proper soil moisture condition, and other such subsurface related recommendations should be considered as preliminary. It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitable method for procuring these services is for the owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 7.0 REPORT CLOSURE The locations and elevations of the borings should be considered accurate only to the degree implied by the methods used in their determination. The boring logs shown in this report contain information related to the types of soil encountered at specific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, these boring logs contain both factual and interpretive information. Laboratory soil classification tests were also performed on samples from selected depths in the borings. The results of these tests, along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the logs of borings represent visual estimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not performed. It is not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this report presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text of the report and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of flow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly Report No.143-17-251 CMJ ENGINEERING,JNC. 14 designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. The analyses, conclusions and recommendations contained in this report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurface conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurface conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review these conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review our report to determine the applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addition, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recommended in the report, and such other field observations as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. The reproduction of this report, or any part thereof, supplied to persons other than the owner, should indicate that this study was made for design purposes only and that verification of the subsurface Report No.103-17-261 CMJ ENGINEERING,INC. 15 conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. This report has been prepared for the exclusive use of Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the same or similar locality. No other warranty, expressed or implied, is made or intended. Report No.103-47-261 CMS"ENGINEERING,INC. 16 , ti 11 S li I N ' LLI -77 ZE ' its• r� '_- Sy �� I f ,i k •y. cep LL C) LL- O zr # s rt y'4 ' PLA r Major Divisions Sym. Typical Names Laboratory Classification Criteria Well-graded gravels, gravel- T Rho {D30}2 GW sand mixtures, little or no U) C„------ greater than 4: -------------- between 1 and 3 fines 0 p,o D,o x D,,)c � � IL0o ,N T Poorly graded gravels, gravel E E GP sand mixtures, little or no "' 07 W 1W Not meeting all gradation requirements for GW fines ft:C) c'ooU) 8 U (D " y a ravel-sand-silt N Liquid and Plastic limits Liquid and plastic limits C) w o GM Silty gravels, g below"A" line or P.I. q N r mixtures greater than 4 plotting in hatched zone Z _ '� between 4 and 7 are c ca c� m o W borderline cases '� o N o Liquid and Plastic limits o a Clayey gravels, gravel-sand- „ . requiring use of dual U o a GC c o aZ above A line with P.I. � cD a clay mixtures z c symbols c ¢ greater than 7 Cb E q w •�° °' Weil-graded sands, gravelly `-W ` °p X60 (dau)Z L -0 SW C�--- greater than 6: C�------------- between 1 and 3 m E sands, little or no fines N p,4 n,ox D,,,(� � vo, �o 0C CU o N m a°, Poorly graded sands; P U SP gravelly sands, little or no c Not meeting all gradation requirements for SW CU r y (D fines �^ 'O.0 f2 — U U C: (D O G) 0) d CD co o U) rn n Liquid and Plastic limits a Z � o SM Silty sands, sand-silt mixtures � m � -� cN below"A"line or P.I. less Liquid and plastic limits o , C C U c L ami a o than 4 plotting between 4 and 7 M ` a. o N are borderline cases : -SA 0 Liquid and Plastic limits requiring use of dual a� Clayey sands, sand-clayo symbols o Q SC C above"A"line with P.I. y mixtures C '(A CL v M greater than 7 Inorganic silts and very fine sands, rock flour, silty or ML clayey fine sands, or clayey silts with slight plasticity T sa 5 U) Inorganic clays of low to e medium plasticity, gravelly o CL clays, sandy clays, silty clays, 5n C4 — and lean clays 6 co :2 CH OL Organic silts and organic silty 40 clays of low plasticity a EX30 N o Inorganic silts, micaceous or LO MH diatomaceous fine sandy or r ort a d MH silty soils, elastic silts 20 AP ii ca ` E -5 a) CL o n`"i CH inorganic clays of high a' plasticity,fat clays 1 y 4 ML aid OL o Cr OH Organic clays of medium to 00 10 20 30 40 50 60 70 80 90 100 0 high plasticity, organic silts Liquid Limit .E a .U' Peat and other highly organic Plasticity Chart o o Pt soils UNIFIED SOIL. CLASSIFICATION SYSTEM PLATE A.2 SOIL OR ROCK TYPES GRAVEL LEAN CLAY LIMESTONE w SAND m SANDY — SHALE O ®®0 SILT SILTY '�. SANDSTONE CLAYEY HIGHLY —"=�:� CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Gore Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50%Passing No.200 Sieve) Descriptive Item Penetrometer Reading, (tsf) Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ Coarse Grained Soils (More than 50%Retained on No.200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular SlEckensided 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 Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materials. and iron oxide are common cementing materials. Degree of Weathering Unweathered Rock in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of slightly decomposed rock Extremely Weathered Complete color change with consistency, texture, and general appearance approaching soil KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3 Project No. Boring No. Project Cultural District Water Improvements -Part 6 CMJ ENGINEERING INC. 103-17-251 BH-1 Fort Worth,Texas Location Water Observations _ See date A.1 Seepage at 6'and secondary seepage at 17'during drilling;water at 11' Completion Completion at completion Depth 25.0' Date 8-1-17 Surface Elevation Type Simco,wl CFA 0 a � N CLL CL y, '� o Q fn Stratum Description o � CU C,� a IF) x m �U o a'D U ❑ 3C N = '_" in•- rn c> E � LU c 0 (6 v E 0 sum o p C m 00 SILTY CLAY,brown and dark brown,w/gravel, 4.5+ 4 hard 4.5+ 9 GRAVEL,w/tan sand,very dense 5012" SILTY SAND,brown,w/occasional gravel,very dense 57—4L 37 17 CLAY 1 SILTY CLAY,dark brown and gray,firm 1.0 79 66 20 46 27 98 1470 10 CLAY, light brown and gray,w/limestone fragments 15and fractured limestone seams, hard 4.5+ 16 LIMESTONE,tan,wl gray limestone seams,hard to very hard -weathered above 17' 20 10010.5" 9 4 -shale seam at 22' 25 --- 90011" m r 0 t� U b C7 ti [+i _o z [Y M m 4 o LOG OF BORING NO, BH-1 PLATE AA Project No. Boring No. project Cultural district Water Improvements -Part 6 CMJ ENcrNUBRiNc INC, 103-17-251 BH-2 Fort Worth, Texas Location Water Observations See Plate A.1 Seepage at 17'during drilling;water at 15'at completion Completion Completion Depth 25.0' Date 8_1_1-1 Surface Elevation Type Simco,wl CSA li o a) o -� CL aj N } �iL M 0 �'Z7 z � ��- � N� a Stratum Description fl a ; � n U n .0 ut R'[i ai a _ x m t3 U a U C1 3c y � rn• u� a N � 8F ul d a a� m.� sE E �� q o F_m is a o 0. HClf].H 0.(13 J ] 0-_I tl 5 :EU Z)_J Z)UiL ASPHALT,2.5 inches thick T 4.54• 21 SILTY CLAY,dark brown, hard 4.5+ 21 -lime treatment detected by indicator, 10"thick 4.5+ 20 4.5+ 19 4.5+ 42 17 25 17 5 -grades brown below 7' 4.5+ 15 116 10090 10-- 4.5+ 16 SILTY CLAY,light brown and gray,stiff to very stiff 15 1.75 1 1 20 108 2080 2.5 90 44 17 27 19 20- 3.5 22 107 4810 25 ----------------------- m p U' -i U a' i? N M O z x 0 0 Q 0 LOG OF BORING NO. 13H-2 PLATE Aa5 Project No. Boring No. Project Cultural District Water Improvements -Part 6 CMJ ENGINETsRING INC. 103-17-251 BH-3 Fort Worth,Texas Location Water Observations See Plate A.1 Seepage at 22'during drilling;water at 18'at completion Completion Completion Depth 85 0' Date 8-4-17 Surface Elevation Type Simco,wl CFA C) E E a P Stratum Description o o � a w N NAL _ d a n� x ) n, oU o QC U 0 c W to= }nay !� C T6 a0 � uJ d a a�N is P tx cv 2-o o o G,p C a p W mo.1- LW :Zln ILn (L.2 2U a � ac�a SILTY CLAY,brown, hard 4.5+ 19 4.5+ 12 4.5+ 16 4.5+ 16 107 9790 5 4.5+ 13 4,5+ 13 10 4.5+ 93 42 16 26 13 15 4.5+ 12 112 14040 - 20— SILTY CLAY,light brown,stiff 2.75 1 19 25 2.0 87 44 16 28 21 �- 30 2.25 22 —35 1.75 20 108 9880 LIMESTONE,tan,highly weathered,w/gravel - seams and layers,soft to moderately hard 44 5014" 20 GRAVEL,w/tan sand N —45 15 14 — c� 50 LIMESTONE,tan,fractured,very hard 0010.62N1 a CYcn CY --55 gray limestone at 55'^ _—v_ 0010.75' 15 z z R a m IL -- o LOG OF BORING NO. BH-3 PLATE A.6 J -- Project No. I Boring No. Project Cultural District Water Improvements -Part G CMJ arrcrNaERINc uJc, 103-17-251 BH-4 _ Fort Worth,Texas Location Water observations T See Plate A.1 Seepage at 12'during drilling; water at 20'at completion Completion Completion Depth 55A• Date 8-8-17 Surface Elevation Type CMB-55, wl CFA o0 p E ` � N E E O.c 4 0 �'LL. N.y ra �' Stratum Description _. . x w CJ 2wVj `2,� aE � � my oo c coo or o mo..F- IL :._rn n'1 a5 �U �� �Ua FILL DEBRIS, light brawn, brown,dark brawn,and 4.5+ 39 141 25 10 gray silty clay,w/gravel,wood,metal, rubber,and wire fragments,very dense 0011.126' 6 5 — 100/2.5" 18 v7 1 1.5 22 1041 1880 LIMESTONE,gray,occas€onally shaly,and wl occas€onal shale seams and layers,hard to very hard 2D 0010.75' 28 25 100/1" 33 30 10011.5" -shale layer,moderately hard 33'to 35' 35 100/3" 26 40 10011.5" shale seam at 40' A 45 10011" 19 W a v 50 10011.5" a N 55 0010.87 23 x E4 Q no I - 0 LOG OF BORING NO. BH-4 PLATE A.7 J CMJ 13NGINEMUNC INC. Project No. Boring No. Project Cultural District Water Improvements -Dart 6 103-17-261 BH-5 Fort Worth,Texas Locafion Water Observations T See Plate A.1 Dry during drilling; dry at completion Completion Complellon Depth 65.0' Date $ 18-17 Surface Elevation Type CME-55,wl CFA it 6 Z R pj N c LwL. N o M O b z o y LL a) Q' a �' Stratum Descriptions U N W Cl o r/? m.v sE m E ma o o ca c o o aC 0. Fri a, cL F- �r FLn e.5 �U 0� MUe SILTY CLAY, light brown,w/gravel and asphalt 4.5+ 7 fragments,hard (HILL) 2.5 21 SILTY CLAY,dark brown,wl iron seams,stiff 2,5 24 96 3000 2.75 44 18 26 23 5 -very stiff to hard below 4' 3,75 21 4.5+ 18 10 SILTY CLAY,brown,very stiff 3.75 1 35 15 20 15 SANDY CLAY!SILTY SANDY CLAY,light brown 15 to tan,w/calcareous nodules and occasional 1.5 65 30 16 14 18 111 limestone seams,firm to stiff SHALY CLAY,gray,w/limestone seams,hard 20 4.5+ 19 LIMESTONE,gray,occasionally shaly,wl occasional shale seams,hard to very hard 25 0010.75' 1 s 30 00/0.62 ' 35 10010.5" 7 -w/shale layers below 36' 40 0010.75' 45 00/0.37 8 W ;r v — c� v 50 10012" CL [3 N 5510011.5" ——————————————————— ---_ 6 z a m Q 0 LOG OF BORING NO. BH-5 PLATE A.8 Particle Size Distribution Report C! f� a o 0 c c o NoN a �0�h o o <r o 100 I I f f I f i I I I I l l 90 80 I I f f l f ! I I l f l f l ! f I I I I f I { 1 1 1 1 I 1 1 1 1 1 1 1 I I I I I I 70 I I l i l 11 I I l l l i I Of LU 60— Z I ! 1 1 1 I I I I I I f l l U- I I f l l I f I I I I I 1 1 Z 50 f f f l l I I f 1 I i f l i W � 40 { —I- 30 1 I I l l I f f I l f l i l 20 i--I I I I I I I I f 1 I I I I ! I I I I I i t i I I f l l l 10 I I I I f I f I I I I I I I 0 - 100 10 1 0.1 0.01 0.001 GRAIN SIZE mm. 3" %Gravel %Sand % Fines Coarse Fine Coarsel Medium Fine Silt Clay 0 0.0 0.0 2.4 9.0 27.4 24.0 37.2 LL PL D D D D,1 n D15D10 C C 11 0 1.5508 0.4025 0.2558 Material Description USCS AASHTO Q Project No. 103-17-251 Client: Kimley-Horn&Associates Remarks: Project: Cultural District Water Improvements-Part 6-FTW,TX o Depth: 7-8 Sample Number: BH-1 CMJ ENGINEERING, INC. PLATE A.9 Fort Worth Texas Particle Size Distribution Deport C C O 4 0 0 o 0 o d' 0 co # # # ak 100 I I I I I I { I I 1 1 [ 1 1 90 I I I I I l i I I I I f l l 80 i 70 I I I I I I I I 1 I I I I I I UJ 60 Z I I I I I I I ! I I I I I I 60 LLI a_ 40--- a. I [ I I I l l I I I I I I I I I I l l I I I I I I I I I 30 1 I I I I I I I I I I I I f I I I I I I I I I I I I z0 I I I l h I I I I I I I I 10 I I I l l I f I } 3 1 1 ! 1 E I I I I I l I I I I I I ! 0 100 10 1 0.1 0.01 0,001 GRAIN SIZE - mm. +3" %Gravel __.._... ._.. %Sand — % Fines-- Coarse Fine Coarse Medium Fine silt Clay 01 16.2 14.9 7.7 15.2 LL PL D D Dry D D D C C 0 11,8691 5,9490 4,0008 1.0253 Material Description USCS AASHTO a Project No. 103-17-251 Client: Kimley-Horn&Associates Remarks: Project: Cultural District Water Improvernents-Pail 6-FTW,TX o Depth: 44-45 Sample Number: BI-1-3 CMJ ENGINEERING, INC. I=ort 1#�'orth Texas PIQAT`E A.10 Particle Size Distribution Report C O O O C C � f0 M ht � � � � M # � ik # ik •lk xk �k �# 100 1 I I I I I I ! I I I I I I I I I I I I l I i I I I I I 90 80 I I I I ! I I I I I I I I I 70 ! I I I f E I f f f l l l l I [ f l l I I I II I I w 60 I I f I I I f I I I I E f l LL I I I I I I I I 1 1 1 1 1 Z 50 w I I I I I I I i I I I I I I 0. 40 I I I I 1 I I I 1 I l l i i 30 I I I I I I I I I I I I I I 1 I I I f I I I I I I I I 20 I ! 1 1 1 ! 1 f ! I l l l l f E I I I I I f I I I I I 10 I I f l l I I I I I I I I I I I I I I I I I I E I--- o 100 10 1 0.1 0.01 0.001 GRAIN SIZE - mm. +3T, %Gravel %Sand % Fines Coarse Fine Coarse Medium pine Silt Clay 0 18.4 20.7 7.9 7.1 LL PL Da.5 D D D30 D15 D C C11 0 5.7166 4.1005 1.4006 0.4250 0.1944 1.77 29.41 Material Description USCS AASWTO 0 Project No. 103-17-251 Client: Kimley-Horn&Associates Remarks: Project: Cultural District Water Improvements-Part 6-FTW,TX o Depth: 7-8 Sample Number: BH-4 CMJ ENGINEERING, INC. Fort Worth Texas PLATE A.11 GC.-6.06.D Mkcirhy and Women Owned Business Enterprise Compliance THIS PAGE LEFT NNT ENTMNA LILY BLANK CITY OF FORT WORTH CULTURAL DISTRICT PT 6--CRESTLIN€RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT Na 01460 Revised July 1,2011 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJ ECT No.01460 Revised July 1,2011 f ATTACHMENT IA Page 1 of 4 FART W.OR'TH City of Fort Worth Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check applicable block to describe prime PROJECT NAME.: MIW/DBE NON-MIWIDBE BID DATE City's MIWBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER Identity all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5;00 P.M. five (5) City business days after bid opening, exclusive of bid opening date, x+vill result in the bid being considered non-fesponsive to bid specifications The undersigned Offeror agrees to enter into a formal agreement with the P0+` VF3F_ firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Woith_ The intentional andlar knowing misrepresentation of facts is grounds for consideration of disgjalificafian and will result in the bid being considered non-responsive to bid specifications MIWBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level, Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prirne contractor to a subcontractor is considered 1t tier, a payment by a subcontractor to Its supplier is considered 2"Q tier ALL iliIWBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority[Women Business Enterprise (M/WBE). If hauling services are utilized. the prime will be given credit as long as the MI BE Ilsted owns and operates at least one fully licensed and operational truck to be used cri the contract, The M/WSE may lease trucks from another NIMSE firm, inc[uding MANBE owner-operators, and receive full MfWBE= credit_ The M/WBE may lease trucks from non-MfVVl3 s, including owner-operators, but will only receive credit for the fees and commissions earned by.the MYWBE as outlined in the lease agreement. Rev.5130103 i ATTACHMENT IA FORT NVORTH Page 2 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Women and non-M/WBPs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) " SUBCONTRACTOR/SUPPLIER T N T n Detail Detail Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M W T D litl Telephone/Fax r B D R O U E E C T F A Rev.5130103 1 ATTACHMENT to FORT WORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority,Worsen and non-MIWBEs. Please list MAINBE firms first, use additional sheets if necessary. Certification N (check one) ° SUBCONTRACTORISUPPLIER T N T n Detail Detail Company Name i C X K Subcontracting Work Supplies Purchased Dollar Amount Address e M w T p Telephone/Pax r B B R O a E E C T F A Rev.5130103 1 ATTACHMENT 1A FORT WORTH Page 4 of 4 Total Dollar Amount of M1WBE Subcontractors/Suppliers $ Total Dollar Amount of ikon-MIWBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will not make additions, deletions, or substitutions to this certifled list wlthout the Prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangelAddeflon. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance_ The contractor shall submit a detailed explanation of hover the requested changeladdition or deletion will affect the committed MI F-3E goal. If the detail explanation is not submi#ted, it will affect the frnal compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MIW/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature 'title Contact Name/Title(if different) Company Name Telephone and/or Fax Address E-mail Address City]State/Zip Date Rev.5130103 ATTACHMENT 113 FORT WORTH Page 1 of 1 City of Ford: Worth Prime Contractor Waiver Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/WIDBE NON-M/W/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 p.m.. fixe (51 City business days after bid opening, exclusive of the bid opening date, will result In the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MIWBE(s) on this contract, the payment therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MIWBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.5130/03 ATTACHMENT1C Page 1 of 3 FORT WU RT City of Ford Worth Good Faith Effort Form PRIME COMPANY NAME: Check applicable block to describe rime PROJECT NAME: M/WIDBE NON-MIW/DBE BID DATE City's M/WBE Project Goal: PROJECT NUMBER % If you have failed to secure M(WBE participation and you have subcontracting andlor supplier opportunities or if your DBE participation is less than the City's project goal,yoU must complete this form. If the bidder's method of compliance with the M14 VBE goal is based upon demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional andlor knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this project, regardless of whether it is to be provided by a MIWBE or non-MIWBE. (DO NOT LIST NAMES OF FIRMS)FT—tier. On Combined Projects, list each subcontracting and or supplier opportunity through the (Use additional sheets, If necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.05/30/03 ATTACHMENT 1C Page 2 of 3 2.) Obtain a current(not more than three(3) months old from the bid open date) list of MIWBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of listing 1 I No 3.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MIWBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MIWBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (if yes,attach list to include name of MIWBE firm, ep rson contacted,phone number and date and time of contact.) No NOTE. A tacsimile may be used to comply with either 3 or 4, but may not be used ter both. If a facsimile is used, attach the fax confirmation, which Is to provide M1VIfBE name, data, time, fax number and documentation faxed. NOTE: If the list of MIWBEs for a particular sulbcantractinglsuppller opportunity Is ten (10) or less, the bidder mulct contact the entire list to be In compliance with questions 3 and 4. If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- third s (213) of the list within shich area of opportunity, but not less than ten to be In compliance with questions 3 and 4. 5.) Did you provide plans and specifications to potential MIWBEs or information regarding the location of plans and specifications in order to assist the MIWBEs? Yes No 6.) Submit documentation if MIWBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MIWBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets,it necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection Rev.06/30103 ATTACHMENT 1 C Page 3 of 3 ADDITIONAL. INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MMBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the ii1IWBE(s) listed waslwere contacted in good faith. It is understood that any MIWBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MIWBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.05/30/03 Joint Venture Page 7 of 3 FLIRT WORTH CITY OF FORT WORTH Joint Venture Eligibility Form All questions must be answered;use"NA"if applicable. Name of City project: A joint venture form must be completed on each project UP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MAYBE firmNon-AMBE name Tfirm name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the M1WBE: Describe the scope of work of the non-M/WBE: Rev.5130103 Joint Venture Page 2of3 3.What is the percentage of M/WBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. S. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: b. Identify by name, race,sex and firm those individuals (with titles)who are responsible for the day-to-day management and decision malting of the joint venture: Financial decisions (!o include Account Payable and Receivable): Management decisions: a. Estimating ---------------------------------------------- b. Marketing and Sales --------------------------------------- c. Hiring and Firing of management personnel -------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M[WBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MAYBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's MIWBE Ordinance. Rev.5130103 Joint Venture Page 3 of AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for tennination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordi_nances concerning false __statements or willful misrepresentation of facts_ _ _ Name of M/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of 520 , before me appeared and to me personally known and who,being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rev.5/30/03 GC-6a07 Wage Rates THIS PAGE GE LEFT f[NTJlN7 11CD STA LILY 13 LANK CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01460 Revised July 1,2011 CITY OF FORT WORTH CULTURAL DISTRICT PT6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01460 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.1.2 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17-75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 1.5,27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 2.0.00 Floor Layer $ 18,00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12,54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 1.5.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2of2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLAND CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCU MENTS CITY PROJECT No.01460 Revised July 1,2011 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01.460 Revised July 1,2011 1�7 LAS-L2 1�7 Z3 FORT WORTH & WESTERN APPLICATION FOR RIGHT OF ENTRY (Please allow 30 days for processing) Fort Worth &Western Railroad Phone: (817) 763-8297 6300 Ridglea Place, Suite 1200 Fax: (817)-763-8297 Fort Worth, TX 76116 Tax ID: 75-2267711 Atten: VP, Administration Activity. Overhead (Aerial) Crossing: [ ] Grade Crossing. Private/Agricultural [ ] Commercial [ ] Underground Crossing: Petroleum Pipeline Oil [ ] Gas [ ] Other [ ] Water Line [ ] Sewage Line [ ] Electrical Line [ ] Communication Line [ ] Other [ ] (Explain) Applicant is a: Public Utility [ ] Municipality [ ] Water District [ ] County or State [ ] Common Carrier[ ] Individual [ ] Private (For Profit) Corporation [ ] MON-REFUNDABLE APPLICATION FEES General Temporary Right of Entry$750.00(temporary purpose only) Surveys • Environmental investigations ® inspection (bridges, roads, etc.) Monitoring wells, Soil boring or sampling ® Minor inspection/maintenance activities 11 Page FWWR 010 227 ( REV 1115 ) Facility(Utility) Encroachment$1,050.00 (new installation, upgradelmodificafion to existing facilities). Pipelines (water, sewer, gas, culverts, etc.) ® Wirelines (electric, fiber, cable, etc.) • Culverts Flagging ® Flagger required when within 25' of center line of track with men, material or equipment ® Flagger may be required at any time work is performed by a third party in FWWR right- of-way • $140.00/hour, eight-hour minimum per day = STANDARD RATE $210.00/hour (1-Y2 time) from eight to twelve hours = OVERTIME RATE Flagging should be scheduled no less than 10 days in advance • Cancellations must be made by phone (no voicemail) 24-hours in advance Safety Training Fort Worth & Western Railroad requires all personnel who will be in the right-of-way to participate in the FWWR Roadway Worker Protection/On-Track Safety (RWPIOTS) Contractor Orientation Program. FWWR's training contractor is National Railroad Safety Services (NRSS). Your contact for scheduling, cancellations or questions is Larry Hopkins at: (214) 417-7400 or (817) 275-NRSS (6777) or email: lhopkins@nrssinc.net. The orientation session generally runs from 2 to 2-112 hours in duration, including a 25-question multiple-choice exam. Only participants passing the examination will be permitted on the property. A qualification badge will be issued to each participant after the exam, indicating training date; training is good for a period of twelve months. Fee schedule • 1 to 4 individuals = $220.00. 0 Each additional individual = $55.00. Maximum class size in ARLINGTON = 30. • Training hosted at your facility: $50/hour instructor travel time and $0.55/mile. • Interpreter fee = $100.00. 2 1 }lag e FWWR 010 227 ( REV 1115 ) Insurance Temporary Occupancy Commercial General Liability Contractual Liability with a single limit of 1,000,000 each Insurance occurrence and an aggregate limit of at least $2,000,000. Business Auto Insurance Combined single limit of$1,000,000 per occurrence Workers Compensation and Employers liability with limits of$1,000,000 per Employers Liability Insurance occurrence, $1,000,000 disease policy limit, and $1,000,000 diseased each employee Insurance Pipeline/Wire Line Commercial General Liability Commercial General Liability insurance. This insurance shall contain broad form contractual liability with a single limit of at least $2,000,000 each occurrence or claim and an aggregate limit of at least $4,000,000 Business Auto Insurance Business Automobile Coverage insurance. This insurance shall contain a combined single limit of at least $2,000,000 per occurrence or claim, including but not limited to coverage for the following: Workers Comp Insurance Employers' Liability (Part B) with limits of at least $1,000,000 each accident, $1,000,000 disease policy limit $1,000,000 each employee Umbrella or Excess Liability Insurance coverage required in Items A, B and C above, with limits of$10,000,000. Railroad Protective Liability Insurance This insurance shall name only Licensors as the Insured with coverage of at least $5,000,000 per occurrence and $10,000,000 in the aggregate. The policy shall include the following: 31 Page FWWR 010 227 ( REV 1115 ) Project Information: Legal name of company, municipality, individual requesting access to Fort Worth &Western Railroad Company's right of way: Mailing Address: City: State: Zip Code: Phone: Fax: Tax 1D Number: Email Address: Location of Installation: Nearest Street: Nearest Town: County: State: Railroad Milepost: Latitude: Longitude: Is the work or equipment to be within 25 feet of the track(s)? [ ] Yes [ ] No (If yes, flagman will be required on site at your cost) Will there be an excavation involved? [ ] Yes [ ] No (If yes, flagman will be required on site at your cost) Time period for your project: Start Date: End Date: Underground Facilities Total buried length on FVVWR's right of way: Bury depth: From base of rail to top of casing: feet Minimum depth on right-of-way but not beneath the tracks: feet Below ditches: feet Aerial Facilities Type of Wires/Cables: # of Wires: Volts: Phase: Cycles: 41 page EWWR 010 227 ( REV 1115 ] Occupied conduits: Vacant conduits: Total conduits: Wire clearance over or under top of rail: feet over or feet under If under track: kind of conduit: size of conduit: Wire clearance over Railroad's wire lines: Poles Kind: Size: Height: Set in: Earth [ ] Rock [ ] #of poles on Railroad's property: Distance of poles from track: Guy Wires Overhead: Down: Kind: Size: Pipeline Data Material to be conveyed: Flammable: [ J Yes [ ] No Temperature: Maximum work pressure: (psi) Field test pressure : ( psi) Type of Test: Pipe Data Carrier Pipe Casing Pipe Material Process of Manufacture Material Specifications Material Grade Minimum Yield Strength (psi) of Material Mill Test Pressure (psi) Nominal Diameter Inside Diameter 5 1 Page FWWR 010 227 ( REV 1195 ) Outside Diameter Wall per Foot Type of Seam Laying Lengths Type of Joints Type of Coating Cathodic Protection Details Protective Coating Details Distance from base of rail/top of rail Minimum ground cover Type of insulators or support Size: Space: Number of Vents: (Flammable substance requires 2) Size: Height above ground: Method Jacking [ ] (Jacking pit location must not be on RR ROW) Drying Bore only j ] (Jacking pit location must not be on RR ROW) 61 Page FW WR 090 227 ( REV 1115 ) FWWR TRACK DEPARTMENT MEMO To: Contractors/Consultants working on FWWR property (or trackage rights property) From: William Parker, Director of Planning Date: January 1, 2014 Subject: Roadway Worker Protection/On-Track Safety Orientation for Contractors on FWWR Fort Worth &Western Railroad requires all personnel who will be in the right-of-way to participate in the FWWR Roadway Worker Protection/On-Track Safety(RWP/OTS) Contractor Orientation Program. The program is designed to help personnel avoid putting themselves in a POSITION OF PERIL on our property. This is accomplished through basic training on how to stay safe and aware around live railroad tracks. FWWR's training contractor is National Railroad Safety Services (NRSS). Your contact for scheduling, cancellations or questions is Sally Smith at 817-275-6777 or email: ssmith@nrssinc.net. Locations: MAP AND 1. NRSS Training Facility, 4019 Woodland Park, #101,Arlington,TX 76013. Capacity 30. DIRECTIONS 2. Your facility(or you rent facility)—additional charges include trainer's travel time/mileage. . next page The orientation session generally runs from 2 to 2-1/2 hours in duration, including a 25-question multiple-choice exam. Only participants passing the examination will be permitted on the property. A qualification badge will be issued to each participant after the exam, indicating training date;training is good for a period of twelve months. _Fee schedule (2014 calendar yearL- • 1 to 4 individuals=$220.00. • Each additional individual =$55.00. • Maximum class size in ARLINGTON =30. • Training hosted at your facility: $50/hour instructor travel time and $0.55/mile. • Interpreter fee =$100.00. Scheduling: • Classes will be scheduled between the hours of 8:OOAM-4:OOPM CST, Monday through Friday. • NRSS requires three business days (72 hours) advanced notice for scheduling. e Scheduling is first-come-first-serve basis. • Your contact for scheduling is Sally Smith at 817-275-6777 or email: ssmith@nrssinc.net • IF ANY PARTICIPANTS REQUIRE SPECIAL ACCOMODATIONS NOTIFY NRSS DURING SCHEDULING. • If participants require training/materials in Spanish request bilingual training during scheduling. Additional instructions: • Cancellations must be made by 4:OOPM CST weekday prior to scheduled training. * Payment must be made in full prior to or same day of training. • NRSS reserves the right to cancel because of weather conditions with no charge to client. Class will be rescheduled at the earliest opportunity. • Travel time for instructor(if at your facility) is portal to portal time from Arlington,TX location. • Returned/bounced check fee$35.00. Qualification badge replacement fee $10.00. • Each participant must have a photo ID before taking training class. TRAINING WILL BE IN THE ENGLISH LANGUAGE If you require English/Spanish instruction and materials you must request this during scheduling. w=") ,-=E TRACK DEPARTMENT M DO IT RIGHT EVERY TIME and don't put yourself in a POSITION OF PERIL NRSS Training Facility,4019 Woodland Park Blvd.,Suite 101,Arlington,TX 76103 https://map5.p,00gle.com/maps?hl=en&tab=wl From East Loop 820: • Exit Rosedale/303 • Turn east onto Rosedale/303 • Continue approximately 3.5 miles to Park Springs Blvd. • Turn south onto Park Springs M.^,I4 • Turn west at 1st light,onto Woodland Park Blvdhk. .� + • NRSS Facility is at 4019 Woodland Park,#101 tom, From 1-20: "�, ., • Exit Bowen "+a• ' Fi • Turn north onto Bowen a'i rte � �kem Lu w - • Continue approximately 2.3 miles to Arkansas ►rxa �xg o • Turn west onto Arkansas '■« r ' • Continue approximately 1 mile on Arkansas • Turn north onto Park Springs for approximately 0.5 miles a r•" y • Turn west onto Woodland Park SIM ��IIIQ • NRSS Facility is at 4019 Woodland Park,#101 41% Komi Y ri—I&O1y.A vic n +urs �. 0 LI .+tllknrv�.Gi 1.114 From 1-30: • Exit Eastchase Parkway • Turn south onto Eastchase Parkway • Continue approximately 2.9 miles to W. Pioneer Parkway(303) Note:Street name will change from Eastchase Parkway to Dottie Lynn Parkway to W Green Oaks Blvd • Turn east onto W. Pioneer Parkway(303) • Continue approximately 1 mile • Turn south onto Park Springs Blvd • Turn west onto Woodland Park • NRSS Facility is at 4019 Woodland Park,#101 -Up ++'■K- TRACK DEPARTMENTA DO IT RIGHT EVERY TIME and don't put yourself in a POSITION OF PERIL ' FORT WORTH &WESTER1iT FLAGGING REQUEST FORINT To be completed by FWWR Job name For questions,scheduling, and Sub/M.P. cancellation: TWC or Restricted? FWVVR Joh Number Cancellations must be made by phone(no Brief Description voicemall) �4-hours in advance. Est. calendar duration Larry Hopkins Agreement name, National Railroad Safety Services parties, effective date (m)214.417.7400,(o) 817-275-6777 CSJ if applicable Submit form by email to: Bill Parker, Dir. i Planning,wrp@fwwr.net Current flagging information • Flagger required when within 25' of center line of track with men, material or equipment • Flagger may be required at any time work is performed by a third party in FWWR right-of-way • $140.00/hour, eight-hour minimum per day = STANDARD RATE • Terms: Net 30 days, outstanding balances after 30 days will be charged a$25 dollar late fee and finance charge of 1.5% per month. • Requesting party shall be liable for all attorney fees and costs necessarily incurred to collect overdue amounts • Flagging day (8-hour minimum) includes travel time,job briefing time, flag set up time • Rates include all applicable taxes; flagging billable monthly, Net 30 basis, billed per project agreement $210.00/hour(1-'/time)from eight to twelve hours W OVERTIME RATE Projects with a flagging day up to 12 hours per 24-hour period require a single flagger* A Projects with a flagging day from 13 to 16 hours per 24-hour period require two eight-hour flagger shifts • Projects with a flagging day from 16 to 24 hours per 24-hour period require three eight-hour flaggers shifts ® Flagging should be scheduled no less than 10 days in advance ® Cancellations must be made by phone (no voicemail)24-hours in advance To be cornpleted by Re qu es far ""'MUST COMPLETE "BILL TO PARTY" OR REQUEST WILL BE DENIED"'"" Company Name Contact Name/Title Phone numbers Email Address Fax Number Mailing Address for Invoices, This the 'BILL TO PARTY" Brief Description of Planned Work. Note portions within 25' of center line. Recommend attaching exhibit with submittal of this form. R.R. M.M. or Xing Estimated Duration Is T.R.O.E. done ? FWWR 010238 01151201.5 CIS-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CAESTI.INE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01460 Revised July 1,2011 CITY OF FORT WORTH CULTURAL DISTRICT PT 6—CRESTLINE RD AND RIVER DR STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT No.01460 Revised July 1,2011 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED!2-29-2012 STANDARD PRODUCTS LIST Xipuval liper Nei. CI4sslllflcm mI hdlauuciurel' .Alodi'l Nei. Nutlonal Spri: Sw. WASTEWATER Manhole Inserts * EI-14 1Manhale Insert E moon Enterprises Matic to Order-Plastic ASTM D 1246 For24"dia. + "-N 64..h.plurnr 1u hlldrinllorx-Plutle iSIML�PAM rwwdip EI-14 Manho[e lnsw Noflow-htUow Made to Order-Plastic ASTM D 1248 For 24"dia. 0911379E EI-14 Manhole btse Sntrtbwestem Parkin &Seals,>nc Lifesaver-StahOess Sim] F'or24"dia. 09/23/96 E1-14 Manhole ftmxt Sauthwastem Parkin &Seals,lac. Tethe Lok-Stainless Steal For 24"di. Manholes&Bases/Frames&Covers/Rectangular Manhole Frames and Covers Western Imo Works,Bass&Hays Foundry 1001 2.4"x40"WD * Manhole Frames and Covers Vulcan Foundry 6780 24"x40"WD Manholes&Bases/Frames&Covers/Standard(Round) e EI-14 Manha[e Frames and Covers Western Iron Warks,Bass&Hays Foundry 30024 24"Dia. E1-14 Manhole Frames and Covers McKinley Iron Works Inc. A 24 AM 24"Dia- EI-14 Manhole Framesand Covers Nu;rwb Castirt 24"Dia. ° E1-14 Manholc Frames and Covers Vulcan Foundry 1342 ASTM A 48 24"D- EI-14 Manhole F'mmes and Covers Sigma Corpomdon MH-144N El-14 Manhole Frames and Corers Sigma Corporation MH-143N EI-14 _Manhole Frames and Covers Pont-A-Mousson GTS.-STD-STD24"dia. E1-14 Manhole Frames and Covers _ Neenah Casting 24"dia. 7"25163 E1-14 Manho]c Frames and Covers Saint-Cobaiu Pipeliom(Pamrexlrmus) M32-RM 30"Dia. 01131106 E1-14 30"DI MH Rin and Cover Eastlodan Iran Works V 1432-2 and V 1483 Desi AASHTO M30&04 30"Dia 11/02/10 EI-14 I 130"Di MH Ring and Coves S" C don MHI65IFWN&MH16502 30"Di. 07/19/11 EI-14 30"DI MH Ring and Cover SumPipeProdticm MIL32FlVSS-DC 30"Dia U8110_/1_I EI-14 30"DEMH Rin&and Corer Accueast 224700 Reavy Duty with Gaska Rin „ .. 30"Dra Manholes&Bases/Frames&Covers/Water Tight&Pressure TiPEIt _ E1-14 Manhole Frames and Covers Pant-A-Mnussnn _Pa_m_d ht 24"Dia. s EI-14 Manhole Framesand Covers Noenah Castro 24"Dia. EI-14 Manhole Frames and Covers Vulcan F'atradry 2342 ASTM A 48 24"Dia. * E1-14 Manhole Frames and Covers Western Tmu Works,Bass&Hays Foundry 300-24P 24"Dia. F E1-14 Manhole Frames and Covers McKitAcy Iran Works Inc. WPA24AM 24"Dia. 03/08700 EI-14 Manhole Frames and Covers Accucest RC-2100 ASTM A 48 24"Dia. 04/20701 EI-14 Manhole Frames and Covers Scram ore Industries Private LuL 300.74-23.75 Ring and Cover ASTM A 48 24"Dia_ Manholes&Bases/New/Components 07/23/97 Urethane Hydraphe4c Wawrstap Asahi Ko yo K.K. Adeka Ur"-S-i P-201 ASTM D22401D412/D792 04126/00 Offset Joint for 4'Diam.MH Hanson Concrae Products Dmwhig No.35-0048-001 04726/00 _ Profile Gaska for 4'Diam.MH. Presc.1iml Gasket Coq). __ 250-40 Gasket ASTM C-4437G361 SS MH 1/26!99 HDPE Manhole adjusrmen[Ring _ ___ Isd[ceh,Inc FIOPE Adjustment Ring _ _ Non-traffic area 5113MS Manhole Extemd WrsCanusa-Cps WrapkMegManhole Encu sudation tun ...._...... _...._..... .. ........ ....._ .._.--_... ---- .__.._.. ..... Manholes&Bases/New/Precast Concrete E1-14 Manhole,Precast Camerae Hydro Conduit Corp SPL Item#49 ASTM C478 E1-14 Manhole,Precast Concrete Wall Commm Pi Co.hue. _ _ASTM C-43 48" El-l4 Manhole,Precast Concrete _ Han_s_o_n_(f_urmeri Gifford-Hill) ASTM C478 48" 04/26100 E-14 MH,Single Offset Swi loin[ Hanson Typo F Dwg 35-0048-001 ASTM C 478 48"Diam MH 09123P76 E1-14 Manhole,Precast Concrete Concrete Produe[Inc. 48"LD.Manhnle w132"Cone ASTM C 478 48"w132"cone o8730/06 E144 Manftw"Precast Concrcte The Tnroer Com 48"I.D.Manhole w124"Cane ASTM C 478 48" MOM" EI-14 Manhole,Pr—st Concrete Oldcasde Precast Inc. 48"I.D.Manhole vd 24"Cane ASTM C 478 48"Diam w 24"R) 06/09/10 E1-14 Manhole,Precast(RelnformMynicsjConcrete US Crunposite Pipe Rtanforced Pol Concrete ASTM C-76 .__48"to 72" Manholes&BaseslNew/Fiberglass 1726199 Fiber lass NEanholc Fluid Conminrrrent,Inc. Flowdia ASTM 3753 Non-traffic area 08!30!06 Fber8lass Manbde LY.Manufaeturin _ Nor-trafficarea Manholes&Bases/Rehab Systems/Cementitious * m EI-14 Manhole Rehab Systems Qwdex 04!x3101 EI-14 Manhole Rehab Systems Standud Ceartent Materials,Inc. Refiner MSP ..__— _ EI-14 Manhole Rehab Systems AP/M P--form 4/20f01 E1-14 Manhole Rehnh Sysmm S[ron -Seal Systems Strong Seal MS2A Rehah System 5/12/63 EI-14 Manhole Rehabs tem Poly-triplex Technologies _ MH repair prGdUCE to stop infiltration ASTM D5813 08730!06 General CwxracRepir FlaKrac Txhnolopcs Vin34 fW tern Product Misc.Use Manholes&Bases/Rehab Systems/NonCementitious 05/2OM6 H1-14 - Manhole RrImbSystems_ .Spraymq, Spray Wa0Pa1 ane Coatin ASTMD639/D790 E1-14 Manhole Rehab Systems Sun Coast 0113IM6 Coatings for Corrosion Prolmion Chesterton _ _ AmY91,SIHB,S1,S2 Acid Rmismm Test Sewer Appk-- nos 8/28131106 Coatings far C—osian Protection _ Warn Envirau ial S-301 and M-301 SewnAppliwlims 08/30/06 Cwtings fon Corrosion Protection Grade] SLS-30 So0ds Epoxy A haidow Pipe/New/Centrifugally Cast Fiberglass Reinforced Pipe/Pol"n r Modified Concrete 7123197 Ccnt.Cas[Fib ass Hohas_R e USA,Inc. Hobas Pi (Non-Pressure) ASTM D3262fD3754 10130103 F'lawdte AmitecltUSA Prepared 2/29/2612 Page 1 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST hpprovW Spec Nu. Clas.lsMcutfim biwmAlauldi. Mode Nu, Nabouot.Sprc Sly.. 03!22/10 Fiberglass Pipe---___-_ Amann Bondstrand RP ASTM VIMI D3754 4114105 Polymer Modified Cmcre a Amirecb USA M Pd ePiPi ASTM C33,A276,F477 8"-w 102",Class V 06/09/10 EI-9 Reinfaoed Mynacr Caacrete Piw USC ire Pip, Reinforced Pol Concrere Pipe ASTM C-76 Pines/New/Concrete EI-04 Canc-F, Reinforced Wall Concrete Pipc Co.Lm ASTM C76 * EI-04 Conc.Pi q Retitdorccd Hydro Cunduk Curpumuun Class E1T&G,SPL!tem#77 ASTM C 76 E1-(A Conc.Pipe,Reinfcrced Hanson Concrete W d— SPL item 1195-Manhnte,#98-Pipe ASTM C 76 EI-(A lCone.Pipe,Rciiffarc.d Concrete Pipc&Products Co.Inc. ASTM C76 Pipcs/New/Ductile iron E1-06 DuccOc Loa Pipe Grif'I'Te Products,Co. Super Bc0-Tito Dtcct0e Iron thensure Pipe, AWWA C150,C151 3"thru 24" * E1-06 Dactil.Lou Pipe American Ductile iron Pipe CO. American Fastite P8pe AWWA C150,C151 4",8"&10" EI-O6 Ductile Tron Pipe U.S.Pipe and Foundry Co. AWWA C150,C151 E1-06 Dactilelrm Pipe McWane Cast 1—Pipe Cc. AWWA C150,C151 Pipes/New/PVC(Pressure 12102111 FI-24DR-14PVCPressum Pipc 15pdife letsueam 1'VCl'ressure Pipe. AWWA C900 4"dim l?" Pig..1e-0 MDPE(Pipe Bulsfang/Siiplining) $ High-density lwlyednylene pipe Phi11i sDnscn i Inc. Opt—Ducuk Polyethylene Pie ASTMD 1748 8" Higli-dwsiry polyftlenc pipe Plax hie. ASTM D 1248 B" ° thigh-eieucity Pvlyethylenepipe Polly Pipe,Inu ASTM D 1248 8" High-density polyethylene pipe CSR Hydro C."'wa/Pirli—sys(cros McConnell Pipe Fnlargemcnt ASTM D 1248 PlpeslNt:WIPVC* 11104!98 Ei-31 PVC Corrugated Sewer Pipe Cometh Const uuion Products,Inc. Contech A-2000 Suver Fipe ASTM F 949 8"thm 36" E1-31 PVC Corrugated Sewer Pie U onor ETI Company Uhra carr ASTM F 949 24"m IC,"Only 05104109 EI-31 PVC Camt aced Sewn Pi Diarrnand Plastics Capaatian CORR 21 _ ASTM F 949 24"w 36"only bia��— -------------------.._.------------ E1-25 PVC Sewer Pipe Can-Tex,Industries ASTM D 3034 4"d—12" ............______ E1-25 PVC Sewer Pipe Cenain-Tari Produces Corp ASTM D 3034 4"thm 15" Et-?5 PVC Scwa Pie Na co Mmufactudig C ASTM D 3034,D 1784 4"&8" * EI-25 INC Sewer ripe _ _ 1-M Manufacturing Company,Inc. _ ASTM D 3034 4"-15" 1223197* E1-27 PVC Suver Pipe Diamond Plastics Corporation SDR-26 and SDR-35 ASTM F 789,ASTM D 3n34 4"door 15" EI-27 PVC Sewer Pie Lamson V lou Pie ASPM F 789 4"thm 15" EI-25 PVC Sewer Piper Extorsion Technologies,Inc ASTM D3034 11111AM EI-28 PVC Sewn Pipe Diamond Plastics Cor oration "S"Crav]ry Sewcx Plc ASTM F 679 18"m 27" " EI-38 PVC Scwa Pi )-M Manufacturing Curn�y,lnc._ ASTM F 679 11112)99 EI-29 PVC Truss Pipe Contcch Construction Products,Inc Contech PVC Truss Pipe ASTM D 2680 8"through 15" 09)26191 EICO-2 Closed Profile PVC Pipe L msan Vylou Pie Carlon Vylon ILC.Close Profile ASTM F 794 l8"m 48" 11117!99 Elco-2 Closed Profile PVC Pipc Diamond Plastics Cerporauon ASTM 18031F794 18"to 48" 05/06/05 EI-28 PVC Solid Wadi Pipe Diamond Plastics Cwp-atim PS 46 ASTM F-679 l8"w 48" 04/27106 EI 25 PVC Sewn Fittings ,L �Harco SDR-26 and SDR-35 Gatka Httings ASTM D-3034,D-1784,etc 4"-15" F � llt"*� M'C'!a,tudrFUlWn_ 4'r�'74�M1�11� Uatimstli�4[ysexLlaklL�aa _ wi3lwSb]Na � Piues/New/Ribbed Open Profile Large Diameter 09126/91 P.100-2 PVC SewrrPipe,Ribbed _ lamson Vylan!tip.; CarlonV lou H.C.Closed Profde RM ASTM F679 18"to48" 09126/91 EI00-2 PVC Sewer Pipc,Wbb l Extorsion Technologies,hrc. Ultra-Rih Open Protile Sewer Pipe ASTM F679 18"1.43" EI00-2 PVCSewer Pipe,Ribl d U onor FTI Com any 11110110 (EI00-2) Pol ]erre(PP)Sever Double wall A&—d DranpSyaterns(ADS) SaniTim HP Double Wall( tad) ASTM F 2736 24"-30" _.11110110 _. (E100-2). Pdypropylute{Pj�Sewer Pate,TFtp c Wall Advanced Dmin-gc System(ADS) Sarffiw HP Tri le Wall Pipc ASTM F 2764 30"to 60" 0916111 Steel Reinforced Pal im Mpe CmTech Construction Products Dtnmaxx ASTM F 2562 24"io 72" Pipes/Rehab/CIE'1' JC�rM in Piacc Pic fmituform Tmrk,Luc. ASTM F 1216 05103199 Cttred in Place Pipe National Envirotech Group National Liner,(SPL)Item#27 ASTM F-12161D-5813 051291 36__ Cured in Place Pipe Rcyuolds lnrllnlincr Technolgy Quliner USA) Ldiner Technology ASTMF1216 Pipes,Rehab/Fold&Form FoLi_and F—apipe CullumPpe Systems,Inc. 11!03!98 Fold and Form Pipe Insimform Tenlunolo ies,Inc, hisimfarm"Nap1 ASTM F-1504 Fold and Form Pic American lie&lllasdcs,Inc._ Dun,Purpm Only 12104100 Fold and f`—Pipe Ultraliner Ultraliner PVC Allay Pipelines ASTM F-15(4,1871,1867 06109103 Ford and Form Pie Miller Pi cline Co . EX Methal ASTM P-1504,F-1947 Up w IF diameter Pipe Enlar mg ent System{Method) PIM SYS PIM Carpomdon Pulyerirylme -1'1M Cap.,l'iscata WaY,N_)._ Approved Previous! McConnell Systenns McJ at Construct- Polyethylene 11-1mn,Texas Approved PreviaasIy_ TRS Systems Tma ldess Re lacemenr 5 ween Pol •lllate Calgary,Canada Approved PmA-sly Pipe Canine SDacerr 11104102 Ste A Band Casing Spa— Advanced Products and Systems,Inc. Carbon Steel Spacers,Model SI 07102193 Stainless Sten]Casing Spacer Advanced Products and Symms,Inc- -9-inks Sttnl Spacer,Medd SS1 0422187 Casing Specca Cascade Ware rks Manufacturing Casing Spacers 09114/10 Stainless Steel Casing Spacer Pipeline Sealandlnsulatw Stairdm$Wd Casingspaeer Upw48"<l>m 09114110 Coated SwelCasin Spacers Pipeline Seal and btsulatr Coated 9ted Casio Spx Upto48"<I>Q} 0511011 I Stainless Steel Casing Spacer Powrrseal 4810 Pow errcbmk Up w 48"<1>Q> Coatings --- 02fr5!02 Ep-y E-yLintiu S tem Sauaeisen,[nc S—A--rdMRS LA C-rny#210-1.33 Prepared 2)29!2012 Page 2 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Approval Spec 11'13, CtoessifwgffP lkfadpl N% Klkllimafspee . 12114/01 Epox+LLi*9 System _ - Rinker Matenr is Enoch 2030 and 2100 Series 04134!05 InruSor Ductile Iron Pipe Costing Indiana, Notecto401 ASTM 13-117 Ductile rron Pip,Ord WATER Pipes/Valves&Fittings/Combination Air Release E1-11 lConthinadonAirReloseValve GA Ltdustries,lue. Ernpire Air and Vacuum Valve.Model 935 ASTM A 126 Class B,ASTM A ]"&2" E1-11 __ Combination Air Release Valve Multiplex Manufac—mg Co. Crispin Airand Vacuum Valves,Model No. 1/2",1"&2" EI-1 I Comhinatinn Air Release Valve Valve and Primer Corp. APCO 4143C,#145C and#147C I",2"&3" Pipes/Valves&Fittings/Ductile Iron Fittings 07!23192 EI-07 D-dIi lron Fittings - Star Pipe Products,Inc. Meebrimeal Joint Fittings AWWAC153&C110 LL-07 Ducrik Iron FittitV Griffin Pi.Products,Co. Mechanical Joint Fittings AWWAC IED E1-07 _ Ductile]ron Fittings McWanelryler Pipe/Union Utilities Division Mechanical Joint Fittings,SSB Class MO AWWAC 153,C I l0,C IN 1 05114198El-07 Ductile Lon Fittings Uni-Flan e Saks 1500 Circle Lock Pipe Restrains 0811698 E1-07 MJ Filun s Sigma,Co- Class 350 C-153 Ml Fittings AW WA C151 4"--24" .. .-- ......_._-...... -__ 05114/98 it-07 Ductile Iron Joint Restraints Ford Mererllox Co- Uni-Flange Series l506Circle-Lock AW WA Cl [1Ci53 4"to12" I IMIND4 EI-07 Ductile Iron Joint Restraints Onc Boltjuc. One Bolt Restrained Joint Firting AWWA Ci111C1161C153 4'to 12" 02129112 33-11.11 Ductile Emn Pipe Mechaniad.loim Rcetraim -. _EBAA Iron,Ice, Megalug Series 11LID(forDl Pipe) AWWA Cl I I ICI 16/CI 53 _ 4"1042" Orr? 33-11-1Mech 1 PVC Pi Mcehaniral Joint Restraint EBAA Iron,Inc. Megalug Ser 2000(for PVC Pipe) AW WA CIIIlM&C153 4'to 24' 08/057114 131-07 anical Joint Retainer Glands Si a,Co. Signa Otte-Lok Mechanical)uim Restrainer AW WA Cl I11C153 4"to 24" Bulldog System(Diamond Lok 21&JM -..... .. 10112/10 EI-24 Interior Restrained Joint System S&B Techacial Products Eagle Loc 900) ASTM F-1624 4"to 12" 08/16106 El-07 Mechanicalloint Fittin SLPlodustries Mechanical Joint Fittings AWWA-C153 4"to 24' Pipes/Valves&Fittings/Resilient Seated Gate Valve* Resilient Wedged Gate Valve wfno Gears American Flow Cunuol Series 2500 Drawing#94-20247 16" 12/13/02 _ _ Resilient Wedge Gate Valve American Flow Control Series 2530 and Series 2536 AWWA C515 30"..d36" 08/31/99 Resilient Wedge Gate Valve American Flow Control Series 2520&2524(SD 94-20255) AW WAC515 20"and24" 05/18/99 Rcsificm Wedge Gate Valve American IA wConrol Series 2516 SD 9420247) AWWA C515 _ 16' 1012000 E1-26 Resilient Wedge Gate Valve American Hour Control Sones 2500 AWWA O509 4"to 12" 08105104 Resilient Wedge Gate Valve American Flow Coutrol 42"and48"AFC 2500 AWWACM5 472,048" 05!23/91 E1-26 Resilient Wedge Gate Valve American AVK Company Amedcan AVK Resilient Scaled GV AWWAC509 4"to 12" 01124102 E1-26 Resilient Wedge Gate Valve American AVK Company 20"and smaller E1-26 Resilient Seated Gate Valve Ramal 4"-12" x EI-26 Resilient Seated Gate Valve M&H 4"-12" El 26 Resilient Seated Gate Valve -- - Mueller Co. 4"-12" 1 I108f99 Resilient Wedge Cace Valve Mueller Co. Series A2361(SD 6647) AWWA C515 16" 01/23/03 Resilient Wedge Gate Valva Mueller Co. Series A2360 for 18"-24"(SD 6709) AWWA C515 24"and smaller 05/13705 Resilient lhGar:Vaivc Muc0erCo. Mue0er 30"&36",C-515 AW WA C515 30"and 36" 018116 Resilient Wedge Gare Valve Mueller Co. Mu Jlrs42"&18",C-515 AW WA C515_ 42"and 48" 01/28188 E1-26 Resilient Wedge Gate Valve Clow Valve Co. AWWA C509 4"-12" 10/04194 Resilient Wedge Gate Valve Clow Valve Co. 16"RS GV(SD D-20995) AW WA CS15 16" 11/08/99 E1-26 Resiliem We,!V Gate Valve Clow Valva Co. CInwRW Valva(SD D-21652) AWWA C515 24"and smaller HP-W64 .......... .. ....... - ......._.. _ 12 ilient Wedga6ote>felve Note cl> r�,..n-`.'a-'.v.=;�- ............. 30�eo4l(:' 06121110ResLlLaa MbecipClaw Valve Clow Valve Co. Clow Valve Mode12638 AW WA C515 30"to48" 05108!91 E1-26 Resilient Seated Gate Valve Stuckhanr Vats—&.Fittings AmvA C a9,ANS 1420-sirs.,ASi 4"-12" Sl-2fi Resilient Seated Gate Valve U.S.Pipe and Foundry Co. Metroscol 250,rcquiremn,rs SP1.04 3'to 16" Pipes Nalves&Fittings/Rubber Seated Butterfly Valvc ° E1-30 Rubber Seated Butterfly Valve Henry Pratt Co. AWWAC-504 24" * E1-30 Rubber Sea1ed Butterfly Valve Mueller Co. AWWA C-504 24" 1111199 EI-30 Rubber Seated Baaertly Valve_ D-ur k Valves Co. _ AWWA C-504 24"and larger _ 06/12/03 Ef-30 Valmaric American Butterly Valve Valmatic V.1—.ad Manufacturing Corp. Valmatic American Buucr0y Valeo. AWWA C-504 Up to 84"diameter 09/06/47 EI-30 Rubber Seated Burr rfly Valve M&H Valve M&H Style 4500&1450 AWWA C-504 24"m48' Sampling Station 3112l9fi Water Sampling Station Wates Plus B20 Water Sampling Station Dry Barrel Fire Hydrants 10101187 E-1-12 Dry Barrel Fire Hydrant American-Darling Valve Drawing Nos.90-18608,94-18560 AWWAC-502 03/31/88 E-1-12 DryBamt]Fire Hydrant American Darling Valve Shop Drwmg No.94-18791 AWWA C-502 09/30/87 E-1-12 D Barrel Fire H dint Clow Co ti0o _ Shop Drawing_No.D-19895 AWWA C-503 01/12r93 F}1-12 DryBarret Fire Hydra,[ American pVKCompany Made12700 AWWAC-502 08734788 E-1-12 Dry Barrel Fire H dram Clow Corporation Dravb s D20435,D20436,B20506 AW WA C-502 E-1-12 D Barrel Fire Hydrant 1TT Kennedy Valve Shop Drawing Noll-80783FW AWWA C-502 09124! C 87 1-12 Dry Barrel Fire Hydrant M&HValve Company Shop Drawing No.13476 AWWA C-502 -- Shop Drawings No.6461 10/14/87 Il1-12 DrrXR-11-'he Hydrant Mueller Company A-423 Centurion AWWA C-503 _- Shop Drawing FH-12 01115/88 EI-12 DryDarml RwHdraru Mueller Company A-423Super Centurion266 10/09187 131-12 Dry Barrel Fire Hydrant U.S.Pipe&Foundry Shop Drawing No.960250 AWWAC50 09/16/87 E-1 12 Dry Barrel Fire fldint Watcrous Cmnpany Shop Dfawing No.SK740803 AWWA C-592 Water ppurtenances — -----._...----........ ......_..-- -... 08108/02 E•1-18A jP1asficMeterBoxes Fast Jordan hon Warks,Inc. Meter Box(Plastic)w/C1 lid Class A,B,.0 08728102 Double Suap Saddle Smith Blair 4317 Coated Double Snap Saddle 01126MO SS Tapirs Saddle JCMLidustrics,1ne. #406Double Band SS Saddlc 1"to l2"caps 01/30/01 ITappig Saddle JCM Industries,Inc. #405 Coated Tapj!iag Saddle_ V to 12"taps 05/10/11.._- -_ _ Tappjlm Sleeve(SWMICSS Steel) - - --- Pawetseal - ---- M90AS(FI )&3490M1 4'-8"and 16" 02/29/12 33-f2-25 Ta in Sleeve(Coated SEwJ) Romac FTS 240 AWWA C-223 U w42"w/24"Out 02!29112 33-12-25 ITppmg Sleeve Staitd=Steel Romac SST Stains—Steel I AWWAC-223 U to24"w/212"Out Prepared 212912012 Page 3 CITY OF FORT WORTH WATER DEPARTMENT'S UPDATED:2-29-2012 STANDARD PRODUCTS LIST Appri Vvrl SpoeNo. .C]RsisM611ink MAJIdOdUrEI' Mudd Na" NodonsCSpec She ULTY112 I 33-12-251 S[nexe(Smiwess srwi) Romac ASf Jnsaa al steed AWWAL-Ld fl sn.1&',W.112"0m 05/10/L1 luiot =S Clamp-.----.-__—_. Pow®seal 323213e113oim au CbnV 4"w30" 08/28/06 Plastic Macy Bmw0Lid ACCUCAST _ Cl—"A"Plastic Hox w1 Cl Lid Class"A" 0873o/06 Plastic Merer Bmt w/Plastic Lid DFW Plastics Em CJ="A"Plasdc Box w/Plaut Lid 0.-"A" Polyethylene Encasement 051124]5 .._E1-13 Polyabylow Encasmm Plexsol Packaging ...._..__...—.______— Fukr En tines AWWAC105 8mil LID ---05112105.._....._. E1-13 POITAhykw-.Fitcasrnent - Mountain States Plassics(MSP)and AEP hi& SwWard Hardware ...__._..-..AWWAC105 StniI LLD 05/12105 El-13 myeEbylma Ewasm AEP Industries BuLlsmurg by Cowrown Boll A Gasket AW WA C105 8 mil LLD Meters 02105/93 E101-5 Detector Check Meter Amar Company Male!1000 Detemor Chu k Valve AW WA C550 ox/05104 Magnetic Drive Veaieal Turbine FTers,y Magnetic Drive Vertical AW WA C701,Class Nom, b IT�om Ori final Standard Products List <I> carrier rip,I.D. 0> Ahme 48"Appnvoed on case by case basis ,3> Product Sas ended 1-5-2-12 The FM WorthW.W Uepan iteral-s'' nnd'ardFro ucd—Es URTO 5 miFd VeopedTo m n1mu7e—fr a IT.—. aI TUT.51v at pralu'c'r5'whitIt—t the Nott Wu rm Water Depannrent s S:mdc da rd Sp e al reanons tumg ur ry consnrvei1on pmjoo en rc mica Specifications fee sr-ific products,arc included as parr of the Conscmetion Contract Documents,the requimiatts of the Technical Specification will override the Fort Worth Water Department's Standard Specifications-and the Fun Worth Wau:r D paa Lt's Standard Products LIST and approval ofthe spu:irx prudacts will he traced on the require is of tho Tahti,al Spec icadcc whuhu cr nor ncc specific produCL In=S Lhe FotL Worth Warer Department's Standard Specifications m is m the Fart Werth Water Departments Standard Products List. Prepared 2129/2012 Page 4