Loading...
HomeMy WebLinkAboutContract 51929 City Secretw CITY SECRETARY CONTRACT NO._ Rot Construction p FORTWORTH Project Manager❑ PROJECT MANUAL FOR THE CONSTRUCTION OF WESTPORT PARKWAY IMPROVEMENTS PHASE I City Project No. 02706 Betsy Price David Cooke Mayor City Manager Steve Cooke Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2018 Burgess &Niple 3950 Fossil Creek Blvd. Ste#210 Fort Worth, TX 76137 (817)306-1444 TBPE Firm Registration#F-10834 ELECTRONICALLY SEALED 11/13/2018 1 23 $ 56 AV RECEIVED JAMES M. MULLINS FEB 14 2019 595 CITY OF FORT WORTH FS CITY SECRETARY OFFICIAL RECORD CITY SECRETARY FT. IJIPORTH,TX FORTWORTH PROJECT NUNUAL FOR THE CONSTRUCTION OF VSE TPORT PAIMWAY MPROVEMENTS PRA.SE I City Project No. 02706 Betsy Price David Cooke mayor Oily Manager Steve Cooke Interim Dirwtor, Trail portation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC W RIGS 2018 Burgess & Niple 3 950 Fossil Crede Blvd. Ste #210 Foo Worth, TX 76137 (817}306-1444 TBPE Pi rrn Registration #F-10834 ELECTRONICALLY SEAL.IED 1111312018 f JAMES M. MULLINS FORTWORTH, City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 00 32 15 Construction Project Schedule 00 35 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 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small 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 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 33 Preconstruction Video 013300 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project##02706 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 33-Utilities 33 05 14 Adjusting Manholes, Inlets,Valve Boxes, and Other Structures to Grade Division 99—Non-Standard Bid Items 99 99 00 Non-Standard Bid Items Appendix. GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-6,06.1) 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised February 2,2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: laps://prajectpoilit buzzsaw conalclient/fortwortligoy/Resources/02%20- %20Construction%20Documents/Specifications Division 02-Existing Conditions 0241 13 Selective Site Demolition 02 41 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Controlled Low Strength Material(CLSM) 03 34 16 Concrete Base Material for Trench Repair 03 80 00 Modifications to Existing Concrete Structures Division 11--Equipment(PAR) 11 66 12 Site Underdrains Division 26-Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems Division 31 -Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control N 37 00 Rip np Division 32-Exterior Improvements 32 0i Mg Tefflp8r-afy Aspha4 Paving Repair- 32 0i Genefete Pa i g Rep 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 11 33 Cement Treated Base Courses 32 11 37 Liquid Treated Soil Stabilizer 3211216 n1216 _Anpha4t Dn Y ilig 3213 13 Concrete Paving 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMFNT5 City Project#02706 Revised February 2,2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 6 32 17 23 Pavement Markings 3231 13 Chain Fences and Gates 32 31 26 Wire Fences and Gates 323129 Weed r Gates 323213 rasa r ola,,r..n rete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 33 -Utilities 33 0i 30 SeweF and Manhole Testing 330131 - Closed v;ueuit Tvav_ nsio (CGTxn Inspeetion 3303 _10 Bypass P"�w•mpin�,•"of Existing Systems 33 04 10 jeiftt Bending and e',CA'riLr13t71TLGIeTT 3304z 1 Gaffesieft Gei*4el Test Stations 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 04 50 Gleaning of Se Mains 3305 10 Utility Trench Excavation,Embedment, and Backfill 3305 13 Frame, Cover and Grade Rings 33-0-5 16 ens+„Water-x realt, 3305 17 Concrete Collars 33 D 33 0521 .,««A T:fl'e' Plate 330522 Steel Gasing Pipe 330523 Hand Tt�el 33 0=5 24 T.,stai atie« o f Pipe in Casing of T..nne Liner-Plate �� ��+ -+ • aia�ut�aau41V11 vi V4µ11 V1 330526 -- 7 44ity A�f.,drep /Y to fs V 41AA 4�' 111441-11r"S 33 05 30 Location of Existing Utilities 33 1 105Bolts,Nuts, and Gaskets 33-14-1.9— Tl„eti a T4E) Pipe 33 11 12 Polyvinyl Chloride(PVC)Pressure Pipe 33 H 14 Bwied Steel Piro and Fittings 33 1210 Water-ter-S e,. xie a 7 7- to 2 7- 33^12-41 Large Water-- ale�-s 33 12 20 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 39 1230 CefflbineAien Azir-Valve Asseinblies for-Potable Water Syetents 33 1240 Fire Hydrants 39 Q 50 Water-Sample gta�iens 33 1260 Standar-d Blow off Valve Assembl-y 33M2 GUFed in 737aee Pipe(GIPP) CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#f02706 Revised February 2,2016 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 6 333120 .._ P1...,iny !'h4e f;de (PVG-) !' yity..Sanit i;y-Svewe -Pipe 3334 21 PolyWn54 Ghlefide (PVC)Closed Pr-efile GfaNity Smitaty Sewff Pipe 33 M 22 Saai4aty Sewer-Slip Lining 11g 33 M 23 Sanitary Sewer-Pipe finj rT e111V114 3331 50 Sanitary Sewer Service Connections and Service Line 33-31;0 r.......bin +;,.,7 Air-Valve for-Saaita-y SewerF e r,ai s 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 333940 Wastewater- n,,.,ess rt,,xbe Ox��C) 3341 10 ve;,.f^reed Ganem, Ste..-... Sewef n;.,.°ir-�„r<.e,t� V7L 4LA Y Yl 4U 33 41 11 High Density D,.1 a#i. a (HDPE)Pipe r St@Fm y33rai�s 334600 subd ling 334601 Slott-ed Stefm D-Fa—ift-s 334602 T«e.-.e Drains 3349 10 Cast-in-Place Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets Division 34-Transportation 34 41 10 Tfuffie Sipa4s 3441 10.01 A++,.e1nment '+,....t..eller Gabs e -3441 10,02 A#aebfnefA B Gefftrellef SI,.,,,.fi.,,,,41.,.1 3441 1 1 TefflpeFf ffy T,...f e a.,-.,.,1., 3441 13 n.,.....,,,,in#Tp ff;e C;g,,.,In �-r?A Aa1 1 ra c D.,etaf.t,-,1.,,-Rapid Flashing...tel ing 1?...,eo- r ....11 34-44 46 bedesh4a H-yb.;d S,,.,,.al 34 41 20 Roadway Illumination Assemblies 34 41 20.01 Arterial LED Roadway Luminaires 34^4r2LED RvaE1YYay L4,......wu.,,, 34 41 20.03 Residential LED Roadway Luminaires 34 41 30 Aluminum Signs 3471 13 Traffic Control END OF SECTION CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised February 2,2016 City Fort Worth,h, Texas Mayor or n Council Communication COU N IL A TI0114: Approved on 111512018 - Ordinance No. 23624-01-2019 DATA; Tuesday, January 75, 2019 REFERENCE NO.: k*C-21 989 LOG NAME: 20VVESTPORT PARKWAY & TTA VISTA ROAD ROUNDABOUT CONSTRUCTION SUBJECT: Authorize E-xecution of a Construction Contract with McClendon Construction Company, Inc,, in the Amount of $1,482,011,00 for Roadway C onstructiori far Wastport Parkway aid Alta Nista Roa3d Roundabout and Adopt Appropriatlon Ordinance (COUNCIL DISTRICT 7) RECOMMENDATION: It is recommended that the City Council; 1. Authorize execution of a construction contract with McClendon Constructlon Co. Inc., in the amount up to 1,482,011,00 for Westport Parkway and Alta Vista Road roundabout (CP No. 101019); 2. Transfer 2018 Bond Appropriations in the amount of $1,500,040.09 frem the Beach at Westport Pa-oject (OP No. 002706) to Westport Parkway Project (C P No, 101919); 3. Adapt the attached appraprlatien ordinance increasing estlma3ted receipts and appropriations In the Transportation Impact Fee Oapltat Legacy Fund in the amount of $1,500,009.00 frorn available funds and reduce the fund balance In the Service Area A project (CP No. UN9911) by the some amount. DISCUSSION: The roundabout at Westport Parkway and Alta Vista Road is phase one of a two phase Improvement to Westport Parkway, The second phase Is a 2018 Bond funded project to extend Westport Parkway to Keller HasleIt Road, scheduled for construction in 2 02 1. The consiruction of the roundabout at Westport Parkway and Alta Vista was Intended to be funded with Impact Fees approved by M&C -27759 (,tune 7, 201 ), however with the adopiion of the 2017 Transportation Impacl Fee Study (iti11& -19207) this Intersection is no longer ellglble for impact fee funding. The 2018 Bond project at Westport is adjacent to the Westport Parkway Project and does include scope eligible for impact fee funding which would free 2018 Bond funds that could be used to fund the construction of the roundabout at Westport Parkway and Alta Vista_ This would allow for the Completion of the full scope of intended work for both projecW and optimize the use of available funding. Funds far this project are included In the 2014 Bona Program, as well as the 2018 Bond Program, Available resources within the General Fund wIII be used to provide interim financing untJC debt is issued. Once debt associated with the project is sold. bond proceeds will reimba_arse the General Fuad in accordance with the staternant expressing Officl'aal Intent to Reimburse that was adopted as pail of the ordinance canvassing the born electron (OrdInance No, 23208-05-2018), Westport Parkway and Alta Vista Road Roundabout was advertised October 11, 2018 and October 4$, t nongrnP- 1f}WF 'rPORT T>ARKWAY AFIFA MITA R 0 A0 R 01 TN DA 130t1 t CON STRUCTION Pa ac 1 of 3 2018 In the Fort Worth Star-Tale_ar. On November 8, 2418. the fallowing bide were received; _ Bid Results �ontraotor Notal Bid No l ndon 'Construction Co. Inc. $1,482,411.00 ,[Jackso,',' .ConstrLicti,','n',' ltd. 1,-634,129,60 labIle and Ino, 1,B69F817. d 12L Construction ILC $1,911 ,405.00 — - The project will begin in March 2019 and will be complete in October 2419, The Fight-of-Way and traft dlvider mafntenance impact is expected to begin in October of 2019 and is estIrnated to be $364-42- Beginning In Fiscal' Year 2019, the Right-of-Way and traffic dlv[der maIMenance impact is anticipated to be $4,373.00 annually. MWBE OFFICE -McClendon Constructiort Co. Inc., is in compliance with the City's BDE Ordinance by camrnitting to 8.45 MBE partictpation and documenting good faith effort. McClendon Construction Co. Inc., Identified several subcontracting and supplier opportunities- However, the firms contacted in the areas Identified did nat respond or did riot subrnil the Iowa st bids. The 0 ity's M 8 E goal on this project Is 0%. This project is located in COUNCIL DISTRICT 7. FISCAL INFORMATION f CERTIFICATION: The Dl rector of Finance certifies that upon app rovaI of the above recommendations and ado ptlon of the attached appropriation ordinance, funds will be avallab le in the capital budget, as previously appropriated, of the Transportation Impact Fee Capital Legacy Fund, FUND IDENTIFIERS IFID§I- TO Fund Departcolon Pio ecit Program ctivity Budget Reference # M17 IB ID hear Chareld FROM _ Fork Department oun, rn Projoet Orogratl ri#y Budget Reference # r>noun ID _Accf ID Year hartHeld CERTIFICATIONS: Sub rued for City Manages office Ismer Susan Alanis (8180) Or€ainatina Department Head: Steve Cooke (5' 34) Additipnal Information Contact: Mitch Alton (6591) ATTAD�EM.EhITB — - - -- — 1. 20VVESTPORT PARKWAY ALTA VISTA ROAD__.} OU.NCA130UT CONSTRUCTION 30008 A019.dogg (Public) Lcgnaniv. 20WES TPORT PARKWAY ALTA Vf TA ROAD RO UNDAS 0UT CONS I'RUC'11 3TC Page 2 of 3 2, Form 1295Westport ParkwaV McClendon 201&42447 _Redectgd pdi (Public) 3, (dap VVes[port Pkwy RNHT P1.pdf (Public) 4, MBE Compflance Memo - McClendon oast. df (CFS Internal) 5. Westport Al Beach FID la&fj� (CFI Internal) Tnenhmp '7(IVW-PVTpnT?T PARTCWA V AT.TA VIq-•A R0AT-) R 0 T IN:[ 11101 TT r'OMRTRTIC..•FT(-)Tv P-gat- I nf3 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR WESTPORT PARKWAY IMPROVEMENTS PHASE I CITY OF FORT WORTH TRANSPORTATION&PUBLIC WORKS CITY PROJECT NO.02706 ISSUE DATE:October 26, 2018 BID RECEIPT DATE: November 8,2018 The time for the submission of bids is unchanged. The location for the submission of bids is unchanged. This Addendum, issued pursuant to the provisions of the Instructions to Bidders of the Contract Documents identified by heading above,forms part of the contract documents referenced above and modifies the original Contract Documents and Plans. The Pre-Bid Meeting was held on October 23rd at 10:00 AM.The sign-in sheet is attached. Below are the comments as we recorded them at the Pre-Bid Meeting. 1. The irrigation restoration allowance will cover repair of the sprinklers at the apartment complexes on the north and east corners of the intersection. The sprinkler heads on the north are back in line with the trees. 2. Unclassified Excavation and Embankment quantities were calculated using an AutoCAD Civil 3D model and are the total estimated quantities of cut needed to reach the bottom of the paving sections. The site shall be raised slightly,and the quantity for Borrow is to cover bringing in additional material. The majority of the raising shall take place in Phase 4,and the contractor should not expect to have to bring in additional borrow due to phasing. Spoils may be stockpiled between construction phases in the Westport Right-of-Way,to the southwest of the intersection. Any earthwork items can be paid as%during construction if requested through the inspector. 3. The quantity for traffic control has been revised to 7 months. 4. The As-Built survey bid item in the paving section is to cover as-built survey for all aspects of the project. 5. Revised sheets clarifying how to build the sidewalk on the east corner of the intersection are included with this addendum. 6. Revised sheets clarifying how to build the raised crosswalks will be addressed in a future addendum. 7. Prior to the Pre-Bid meeting,the MSE office has been unable to provide a list of MBE contractors broken out by discipline. As of 10-23-2018,the MBE office will provide a list broken out by discipline. Contractors are to contact the MBE office and request the necessary lists and contact the city PM, Mitch Aiton, P.E. if there is still a problem. BIDDING REQUIREMENTS: 00 42 43—Proposal Form Modification: Delete this section and replace it with the Proposal Form included with this Addendum. Quantities have been changed for Traffic Control and Integral Colored/Textured 6" Concrete (Beneath Sidewalk). The form has been revised to reflect changes above. It is to be Addenda Al-1 02706—Westport Parkway Improvements Phase I JMM—10/26/18 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR WESTPORT PARKWAY IMPROVEMENTS PHASE I attached to the contract documents and submitted with the Bid. The entire form must be completed. The new Excel spreadsheet has been uploaded to Buzzsaw. GENERAL REQUIREMENTS: There are NO changes to the General Requirements. TECHNICAL SPECIFICATIONS: There are NO changes to the Technical Specifications. DRAWINGS: Cover Sheet:The cover sheet issued with the bid documents had not been signed by the City. The signed cover sheet is attached. Plan Sheet 18: Location of 4"Concrete Sidewalk on top of 6" pavement has been revised. Revised drawing is attached. Plan Sheet 58: Detail for 6" Mountable Curb has been revised. Revised drawing is attached. All other provisions of the plans,specifications,and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum (1) in the space provided below, (2) in Section 00 4100 Bid Form and (3) on the outer envelope of the Contractor's bid in upper case letters "RECEIVED&ACKNOWLEDGED ADDENDUM NO. 1." 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 submittal. Addenda A1-2 02706—Westport Parkway Improvements Phase I JMM—10/26/18 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS FOR WESTPORT PARKWAY IMPROVEMENTS PHASE I This Addendum issued: BURGESS& NIPLE, INC. TBPE FIRM REGISTRATION NO. F-10834 JAMES 'M MULLINS1 .:...... .. 111596 o' - October 26, 2018 James M. Mullins, P.E. RECEIPT ACK By. Title: <e-4mrr.-t St]rZ.r *Attachments* END OF ADDENDUM NO. I I Addenda A1-3 02706—Westport Parkway Improvements Phase I JMM—10/26/18 ties nrnnu UnTFUN 0o-42 41 UNIT PRICE BID Bidder's Appl€catlon Ff[ynd 1140k fmollM I[ii4r.tri•+I PILI 1.Yn SneJn.dLiM 5iull ur ild Ir rJ,. s.ailhlyl' 4c.m.u!yw KI{n.u. i IIULi J4mr Au14Ylur H4111 1;FImIng 1-01 4111-dt6l OW411ucllnrlStaWa 01712a LA 1 4-02 0171 MW A"P l r-ry 01 112:1 LS 7 LIM 0241.11 CU ii+mmQmJmpkallP'vini 81IQ in ar 141D 1¢1 4S9! kb94 Marnrn'n Cont pwlM 413 Al 1E >}Y Mea 105 DMIA100 Ramayu'S{wA%y Ik 0241 1.1 SF $110 1.85 024 t.0441 I1e1hIL4e CLhhonia I?Jk. 0@ 41 13 NF emn 1:134 W41ANO Rom{rmFeace 024179 4F 1011 M-1.0183 1 YrY+ FAkmn+-Mnou -1113 L 30 1-09 '31VIDIE11 BiikeQYNHn0 SI low LO 1 I-16 y173'01n[ Unrl�eelpndL*cevafbnIFOk.n .1123113 ICY 12410 1.11 31P4,o10r FrrSwlhrtr3rl4pP3�n ]1.2400 & 1ta0 1,p 3135OlP3 Rum&bpPlar1 -1U23 c3' 414P 1-13 3126 6101 SY4hNp �r 1 ecfo 7y 2546 I.8 1 1-14 y17t.i)001 Teaff=C+mlrrA ,94 ri 13 mb 1 P.1& 7273.Oiil6 1 cY mtPend ;1it"M BY 4910 1-113 x271.11947. 2' Rwig Type q Fsr!V*rmVj p vin E Y 4m I.j) x411,6fl x b`FI17ph10 ap Typo B.03t-2[1'ampa 92 11.23 sY e80 I.18 &v.uka Rr.7uve Mhu Chhr.Sbrurlulm JGy undhnal Q 41 1-.1 EA ] 1-19 :#243 0341 4'Gana 54dci-ws k 22 13 M $F I-2t1 1215iaMt &C-anr.'rolnprrranay -121320 SF fi11} 1,91 321 SAMN L38nlei Flee llaie4i.TV"M.1 14 74 E& {I 1-22 7215 itS111 $eltleg flee 213171A Tn}a C-1 32 75 20 eA 4 F-;5 3211 U4W Plydrmw Lirm{46 WWI, 32 11 213 TN 128 1.7-0 3311.L&2 0'Llgx Treblhleed 4 11 2� 4664 12S 033&011{16 Prark Lund rFrcEEcMn FP4ite 9996 00 LF 210 1-26 OM.I1ed 1 Inlggml U6Wr olmlfad 4'r cncrer4'Medanl J$jilplel Iolanfl� X499 310 SF 2344 I.Y: R909=2 Inle�al.Cml�reelf�oluled 6'Canvale;1 amrmalh fliam 1h) 0+900 .Sp PF 1.26 406�,Q901 IrkVal C4lareelrraKmOd IO'cm Nle TiuBk ApmrdALSdmhhW 5LdfeF 9g 90 00 $Y. iFp 1-29 ikp 4"04 5`MuwYahle(;lxb Pm1w Inland) A9 9000. LV 314 1+j11 9179MAh705 fi'#Jk'ul�"hbm rurh a4 53 im Lf x4Tf 1.31 pggg,�l0p{ 9'9171n119'f &L pmrnrtJ Ielerld! 90 Fig 0fJ L F 2p r-4 kL 1 i.VOLO 99 99 0L5 EA 10 I-;LY 9909.00116 Mahuhlp Ca1urlre Fir Wanuyl9l Irnll Fnnr.¢I 91F�"UO EA 7 1.34 B.".01104 elY17iJ3 eoid Rdntw PVC LJ'JL:e91JiL! 90 9960 FLA 1-39 0595 A IU 6iianove Manunwa 5r6a e149 G1 Gh 2 a- g*:*1 9iehlpJ-d Ldmrad Cmicrure 4:U finked FlnoitnPn Ors*walks 6-7 9Ji$1 SY q94 1-1i 9900ATPi2 Aiw aY MLA CreB�InGhh€ f t,5oralulll 99 90 00 -EA .11:0001) 1 LM wboaa-m Toler Un11 1 $340 044 llet2-l71�iagt 11,01 3'3L754149 7reltQ[Sai1F.ry 330;,1u LF G1 IK2 ?34l.0Eb1 :S'M!",tl+Bs lU 35-11 10 1..F 1-7 If,03 M.0205 2-04CR.CAP61111 3141 10 '& x1 11-01 3349.6#71 10'Reuetserl aIle! ?9 49 zo �A il. r 1344.5003 29 Re ci-wd WOL a3 4y�4 RA 1 11LM 1349,5NMt 10-Typo 11rdd .1-54420 EA 1 lIaFT ]706,9107 1r19nholoA7,1L19hnPIIL f[4L{11r 930514 FA 1 11�$ 3395.0112 Cun[Ip1LLCuret 7J OG t7' LA 1 ImIO 02414001 t2emwa 117 LULU lnhi 0i 4.1 14 Ed. 3 Ii-io 01413344 V'# orm Abandonmard Kip 0241 14 EA 7-1131 111111 t UrdL3 Vealar flOv 11241,4+1? RorrhwuV pe[arLJnF 034114 LF 23 III.-02 3712.0041 FIrt kydraid 33 1240 EA 1 111-M ON5 011 r Ya14o Linx I�jukthunL 73 0E 14 FA 4 I11-F1 024,101+1 -Pi 4 P Fire HyW&nt D2 41 14 Ed Ymmi Vim 3 Unx 4.SenAaFY SJawni x4411 3905,31100 MwM*."LAMBnl.Malar X345 14 EA 3 3.3054106 Mi oaklnngrip 61rwo11.11e A'd L*1munl JUwIu tj69num 81"14 EA rmW Un134 5717 nr F4/rw au Hl rra+ru 01AMmn�xe errcirn-xnunixu muRm 4yrfyy,o,x�in< F.w h..n.1 MINI In rA Ia.rIII LI it{i 1Lire{iJ AR Uni JJ L--"d4m-O L'Mio-•+•1J I.L la,lx� Fie r 6Ji SiE<CTON au 410 fIRM09NL FORM UNIT PRICE BID Bidder's Applicodon 1+y�r6.l huul657ur6a6r6 u'.gdoti n6�W rwiltl uw %.cilkm.m Lhlea a do Li4 iqftm ier6wM6 ghdl PrF= mw Yo.. Unll 4k LIghdIn f �+a1 w 1b61 Gt.vuro001T)pet3 1441 In €h F V±32 W.1-�WA W"ileo oav�.e,uxy9p■aal 1+#t W Er, � V4j3 3441-VWM ftY+Y iKM Am■ 3pucill(TVPo Sit 40 S.VO 3 bt n EA 6 V.04 m41_3231 Leo L91111rp R41Lft OVE313 1o8LEIDEE7*713i117L1R R?1K HWS; lb at 20 €h Y 3. � as ":O21)l L£{7 LJglurlli�LnllrnArf"..4cID&EC0f XXKXX FS7 Rk 146SJ- 1*41 7a RA 8 V4% 3#-01 1406 NO21nudalnil Eln�C;&idi 3i dt t6 4F Ogr$ a P tom 3615 Y Lfl Lrp 1'31C 3CP+w 6 6S 13 Lr r c ini Uz66t 5 Unike 4+nd■r pa VJ-ilj 09PR. 613 MMLwrhwhF Srpn 4U Ph an €A i VJ.43 3 P1.0l46 fopreol d7 L11 t9 1;Y 41!Q YJfi7 n 2,010D yrockSod PSG6mna161 32 92 7.3 9Y 3710D Wl fm X99.0182 F—t rTmit 32 4544 EA g V{.UIS MODOI114 LaMarap.nk{Gl3nra11a4aMlj woofi7 LS i �+1�5 8366.0011. ALlnwara-hrl ■llnn R7 ufo'moon w0goo IEA 'Fot lVnkF S949R}_414 LJnIL r 61gm3pe SNI PHWMnm MerWmgt 491si1 Je41 4N3 F6m1411flm■tell oYilnl giQ,a Gr lnd Nlaunl CILy SLd. u 41 3a IEA W11 W NA r 4604 FL ni ir-.10 A41m 84n J,F'al■iialnr 74 41 9P €A fir, VU-03 321r 1662 Lar46.L64pmkll91— 32 17 m EA x A-C4 W 17 ANIS Lrrm LaPnd DnL A=w 321723 FA S w41 oh 3217.U60! r BLJ7 Pwm Mu[IJnp KA5 JW" ?2 11 23 Lr lib WI-05 N.12 47..01 Br$617 PWM MWAPQ FL45 MW y 17 03 I_F 107 01-07 .?13.05,11 �4'SLD PamLi(a&ng HAE{YV) 1723 LT -02iF b11-LHI ii11(144]1 10-541?P rtML KU&Plg H4E j91'1 37 11 2:5 LF i pLL Y41-m 321 r OU0 41 0E.0 Pwm1 MRAIN■"m p 17 29 Lp- IF-JD Vil.1n �217.U26R e•-9Lo P4Jn1 MWWlhlQ HAS(Y) .. 1723 LF �o VJI-lt 8133103 RL-rLfulttlMxrHwTyIIA-A 3'71120 EA $5 Yu-ia Xia71W fiEVURiiI dMnhwTYllr-R g.!723 1:64 g y11-1S SId1.41011 R6m■a4e EFg 6 FHner dnLL;R4Y1 S1 41 34 €A VII-14 9UNOMF INtIIHrylxaNcliah+dParlwrwmoti llyskArrnw 9l 4 EA I1 YII-15 09iooh17 SAIt)8011V PvYaradAmolawphw.rtgr#JFhnllingBeacoh 11999 go EA B Vi- it 9999.41011 RmI6A4r tl6n61 ReloceLe$uxrfcud6r5 01?114 LF Fota Urrlt7 1,01■I FW KND1)rrsgc 10r1 (11Ya6r l Hill 55561111 rry I grmARi%m {LI h.h+W134 n.n■r..arwrrr 6x{r{r'_u1{1 1)_M 416 W41 Fk40 Ur 11 b n.6 r..glr.11 5.61.:6J1{6µ + uw��ur�,� 4m+1 w•o-�la wr�rt�•t.e+.f w. �r..t � +Lvnm. + af,�nn 1J � w z cm ^ "� ram LF) !1 C1 m d Ir LA � m _ r 9 I � jig, CIS 5 `X3 € ' ti a G } m i T F �* Lt L �u W� 511 piRWVJAV1PA {kVFX{TW"P?r4 I ,.�.� s • ,. �f�IS`� r 1]QY� 'Fl uRT VTF IPI =lfi6F�R *fir.�4 +HYD!4IJINF1i J�1:15 su .IIt A II * y5 tk i5 k'sr r $o _ a4 i � y vlOPa � 7 11.0 rn yap J gsau FP K UF E WL•SSPbKTFARXWAY IWPDVPMENT3 PRASE I x-as1�v K:fri �ew7'.,-ra�r i. �. w� M I �VwH rirH r� a.w..i r■ +W�FM1 � 1 }M il�.�a�� 9s �t a + a m L3 a I I I I 5rn � —I« `r, T M 8 4 --1 -1 " 2 � N z w m 8 �1J y fir 4' JfA a Z Rip Pa 'Jry F {I' i y QQQQ y f 0 lk rx b 4 �C T F 1 T 1 P� t 3 r %YT-swwr PA im wAy iMFRnvrmT;wTs rHAND t X-2m.. a,217% ADDENDUM NO.2 TO THE CONTRACT DOCUMENTS FOR WESTPORT PARKWAY IMPROVEMENTS PRASE I CITY OF FORT WORTH TRANSPORTATION!&PUBLIC WORKS CITY PROJECT NO. ISSUE DATE: November 2,2018 BID RECEIPT DATE: November 8,2018 The time for the submission of bids is unchanged. The location for the submission of bids is unchanged. This Addendum,issued pursuant to the provisions of the Instructions to Bidders of the Contract Documents identified by heading above,forms part of the contract documents referenced above and modifies the original Contract Documents and Plans. BIDDING REQUIREMENTS: 00 42 43—Proposal Form Modification: Delete this section and replace it with the Proposal Form included with this Addendum. Bid item 9999.0011 Stamped Colored Concrete for Raised Pedestrian Crosswalks and bid item 9999.0016 Thermoplastic Raised Pedestrian Crosswalk Arrow have been removed in entirety. Quantity for bid item 3441.4004 Furnish/install Alum Sign Ex. Pole Mount has been reduced. The form has been revised to reflect the changes above. It is to be attached to the contract documents and submitted with the Bid. The entire form must be completed. The new Excel spreadsheet has been uploaded to Buzzsaw. GENERAL REQUIREMENTS: There are NO changes to the General Requirements. TECHNICAL SPECIFICATIONS: 99 99 00—Non-Standard Bid Items Modification: Section 9999.0011 Stamped Colored Concrete for Raised Pedestrian Crosswalks has been removed. Section 9999.0016 Thermoplastic Raised Pedestrian Crosswalk Arrow has been removed. DRAWINGS: Plan Sheet 18:All references to raised pedestrian crosswalk have been removed. Revised drawing is attached. Plan Sheet 27:All "Raised Crosswalk" signs have been removed. Revised drawing is attached. Plan Sheet 28:All references to thermoplastic raised pedestrian crosswalk arrows have been removed. Revised drawing is attached. Plan Sheet 66:Raised Pedestrian Crosswalk Detail has been modified,and is now Pedestrian Crosswalk Detail. Revised drawing is attached. Addenda A2-1 02706—Westport Parkway_Improvements Phase 1 JMM—11/02/18 ADDENDUM NO.2 TO THE CONTRACT DOCUMENTS FOR WESTPORT PARKWAY IMPROVEMENTS PHASE I All other provisions of the plans, specifications,and contract documents for the project which are not expressly amended herein shall remain in full force and effect. The Contractor shall acknowledge receipt of this Addendum (1)in the space provided below, (2) in Section 00 4100 Bid Form and (3) on the outer envelope of the Contractor's bid in upper case letters "RECEIVED&ACKNOWLEDGED ADDENDUM NO. 2." 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 submittal. This Addendum issued: BURGESS& NIPLE, INC. TBPE FIRM REGISTRATION NO. F-10834 IN A. .... .......................... JAMES M. MULLINS . .'..a..1.171596 ... . .. 01 T November 2,2018 ; James M. Mullins, P.E. RECEIPT ACK - il By: Titl .� T *Attachments* END OF ADDENDUM NO.2 Addenda A2-2 02706—Westport Parkway Improvements Phase I JMM—11/02/18 %tvz)l ro7uw f dSVNd 1WfdN3AQHM]AYM)FdVd].80d1S3,'44 n am su Ili 1. � F w '* 4 fG L iS7� HHAMEMENNiffil yi IE 0 �:- � s U a LL Y � LA, pK fj R IMI , =3 � P6 N IP h"M iWh lmn%d M WeN I-Wir I MM 1M U ap�x�Y asr�7 Y I�51+1id 5�.lJ8Y�i3eLfSk441 hi'f[4:{3Vd lfi[11�L"3M F Eg wg �� �� Gee=� �� �� � � � � �� � �• Novi ilkt���� } 5 ' M1 ] 2 I. i�SE� 3 4� s da IVIP + ' J31 r 14 Ld _t , GYa m oy� kun _ w�4W1.NW Lf N1-1 w J Y�'C[15W1.Lk. Zj,Fl f�Ci'+I ny}s�x F-VVT1-T.r4LKEIMIAMANT A.VMWtTV,S.11F9J.1SdM r Imp k x NI # � M ON pr Q, qc Nil�� I.Jul g + r � TY `\ �' � 1a .r a yl + J � I� EL t yY Ln 7 ' -� o } I� 0 a Alm i ita� r Fi i�. 13L w * 0 4 tv 4 Wm PL-Fm un hwwKw Mm" W iasxa nxkrss I'J$:VF1.1$:1h2IMAC AlAhIAWA MIVdACYJSAM y�� I 111 74��� yy � y forg t, �.milli '!Q 5 �q cl cl "Y5 9 1 4 11H Y JIM. . N •" f '4x15%• �` '' .. Y. l 5 - -F fi •Rx - f 1 4 • �J � ��if . 4 ,f I Rd R'}R uwLcml v nj "--Y 9w iM +d LC iwhcAl wfi i Jwl -w � '� t-"W,+W.H li^M [1n rsrswor1y{i pr,nw n,[a1 51,41{fulliF40 HIIM["j"L1WF,1J �M,1=1,A 011) LL'WaIVNI r1Yl-4:1111 I]4r wiflx4t%i111'JIrYdL A2 t MV+n*. VrM 1:131k dol i[L3 66"04 1 F1¢r3LL L 11u11 Ulai rA 96 50 49Ra1JIJa49 own"plre VheIL1FN 940417A 9 '94`N R Y3 RP Irk M Uo HkrsIm}..i 1108H JYIn66mTzi?}I pM-Nq `Iwp3 :VS tJ613VjE6 it.IFh z V3 fC 4Y 1£ ISI vsle leuad ua6ifel Su Wlirg .E1-Ilh 9 Va E?it a �J;r11 AL'Aa VI Oe 7:1x11 joi-F I to G4 114 1K Vd 6r i[Zrt V4'l1&L-HAYN II-+Vt1ilEjli WI a'LIft Lr-aIA ale 311 sail Le 0.1 SVk Ml W Wd CI-6.'O r,R�,o I LO OHJl 0191 'A £6 a cc (AJ SVm ilugwglyq IwAd O1S.r x0150"!4€C a411A 911 r '-1 4t t L It I gor Nk 19614+4Y WONd OlS.9t i,UP&Z44.0 OI-FJA bZP 31 fL LL ZE I mi 3VH 6u14mv wM og m l dwi I do 1.411M1 .€. .31 Vei4Zr tJAti6'aNMG-.4 40'0"TILE 40`IrA I5n CE 9 L e.0 SNS SVFI EIL4PO i 91046ia.k 10114'41L6 W-11A 1? V9 cz I L a -W 11913 PUi5fiq M491 OX 1;14 et t43-11A x pfd CLiI £ VAWVOIraL�lQual 7001'L9ZE EO11A lie vi dr Gtr K IHIIuW q{1d s1 jj h9.1g U11'N U"pul�aslLaj J j x1101.44n r4-ilA 0k V9 OC 41•K 'R]Op PII�W purloU 3*ft Iilrw IlywiIlgo[LBIy Mir I i,K I fKIA 41,gIJP}'1'IWwwd ryJP x01141aIS:i iPal"I 15"PAII slim d IMJI Y OU 59 u.D.Wagiat.11c%e emamgry :tgp'66mr. 90-tR G 8l 1,6866F IlmAi Iiwl Y400'6 errs 40 rA L V3 Cir VS zl maul.i1 jud1d L4Fn'f f P WA DOiC AUE4€6 aL JICGwHMM P6$11D'J9 06111'Z•7Z£ Cfi-Ih Uok J,3. aµ,reE£ lel 0644'4 a �01A V3 wIna ga 1411 1Imrmllr 6 609-wog ta-IA Y�P:Tf�IUL'�:9 L41f1 4 IMI JII7o1 dT CE Y1f19i€ 1.0 ON H.T Wd WM)C'.t G14C'914R2 1CrA Z04 ±1 fat Mo K 11wn7DIH3*t4nMIJI€KM 50w1-IFlk 90-A 13 +d3 bt 1T 1*C C"M]9C� SO4 &i16N1BQT M-M ilr7w3-A NIMIA1 b3T dOtC'4 i 90'A t Y3 Gl;1rIry iG$1' mtt1sfxkNfW-grA31"KLw.6J■uy1u&Jm14161 1rjF Lpri:' ko- 9 V3 CZHeK (01-SO1rVSadni11u1MISA}lul99VIWMLY&M1r!! WOO.1-W '�lr Gx it[x t4•S 41'w4 kVlr+el^odS1,1&i4V dinol "qj hW4 i. 4'F; '.'7A d Y 01GtrtrC aEwIIrollINAImL3 A4'4W GaFr4 Ow',+I O xau11 dlwryl mria}y Ur:15 .@ +NrA 1'4I. 3!ai 1fw1I'M y,-11x7 luµad} nw,Ipsnn �uu 11 u11WU I.NAIra uwP10 �Pwmiurwi wmrd uo!jea!!ddV s4"epp!8 018 XMId -LIN 1 WWOo l 7VSadO1Jd IV rt 6Q JY01109 f "Y.:I li:i.illll %v rmy—i k%lr-4114 n9Li q 1rf[1 Ir w w1F ii�7r n 111 rF 1rf1■Fr1i 1v1ur11C nwn+�4 YN,.0 Inti 1h F 66IAR11.1ML 111■I Y.JIJI I IAM iLYlIL1 JI�ti}drFAM16 r"rn.1— nA—mi x'Ww'4 1411A 4 dwf1i dfk h111 F llnll FPID! b a 914 EC L^�agl7 vkq 711wca4 ¢'wrnan4S mou4s'llamf7 9aFQ'9aCE�R �. C Ya IFL94f.0 mwW'IuowF1'nj;rVmLmNi;i1F 9p14'dkC W-Al eaakaG A1e111itl�;p N T Pun EQLoF L Y3 kl lr.ij1 Nilo M:R9 1►LyF'FCZR Mull F V3 Pi.Kss lurw4snfy ilo e,+jeh 411Q'ynq,'[ CO1II 4 V7 flip UlSir 1L14ii1H;Wa 40C0'Z3CE r.4°111 Fx Ti K 1rE0 -JF11■1rM r?W� 2' 1 ZLDL'LL7{I 50-111 r l liir l elm V-. pL LrYq Midlua Q9Y 1$.$T ODIC FaZiI i -11 X V7 h4 LM ID Ism 4in;1.01 W+ -Jmil IWt.l l'r741 Gc�II 4 ws aF 69 ICE J111I0.7 90J'J0(1F1 2L90'9Y16E 9011 L yra 7F 5Q 1'6 1pr-l4'i"mWgnfFTVaIaN-W 'Eut), e1 4Iril 4 ^l7 02 59 SE .RNI Z s dA-LAI 44U9'13KE ]0'I 4 Y: CE EY i:E 11LIu1 RiI-tAkRla,D"[ CM!)-6ktt 30-I V=i {12frviE AL41Pak km4d)j,pL LWjk'Dkl! Mrq j'1 01 1.17c; IIl RIWO'dad.FZ SDZD'L KC Mill q j 4L 1y 5:G lrai-D d6)A.14 lim.lvri] fRil 19 114=0 if Al:atr.4 yaumj CpLO'paLv 16'ri Wuuiwa z'lnrn r.;l l'!1.`UOf9 uLdn Frill ,d'' - Y3 DD 10r 61, Fs1f�rt+aL�LW�+LirNalLgWoD 1oloalL%es451W a1a4'fiwfiri 91:1 +f3 0659 65 ilk 111 ML1uW an?�!N 034D+fia5m 91.1 r 93. W4 56 Oim'vA�,:kd tiLr�iju}I plei■e— kJ 6Uf1D'b55r1 Y"' f VM- 00 dfI 66 k**d"Lk6l mOriakm aid)LoWi K1 AilmmW W"E a €e9 OF V3 0659 E$ NPWN WPM 4191WIWW LMD'S6fi9 M1 SEE 4l lwEi 146 JijU"W44 ii�Ibo-iS 5 C444559F LL-5- A7 DD 106814 441141*1"P11i'N-M 9110 6 415 6 8 U.. 1 41 �1 DQ 55 55 _ _ �Pijml 461-25 wrka�Iggw-F4.e MD)smel 6t-1 0r!9 'k8 apa6Fd! � 4i11+wP�d1 �L+ E■I��' +9111+ +i,W+>;'1 I alw LOOR669E1 9Z1 U69 - Mints tld FINALPm'J,Ll P*AL1JAWuarj I1eLdualll f IL$bEr.i i2i f1M8t A. 696W iWgll Jw1d59 u�!a�aN+��.Y PW WSA QR J'IP16o9u1 L9176aM 96.1 �i 041014 a ■?1m4wgpgeurJ W4Y1 Ukd 0046i5P9 9f-F CIuFly Aft M1Z LG F€ I1m11-11-11t41,1e GI!H416r i-N OKI. N 4 6r.ti.SF, _ _ iAmuci 1l Ill amn ppimm m fjp1UF-1 LZC Ct-4 . is V3 M91. PovJ,{i'ew■da+1.1�9 aF4QTf& 'Z-F 101 VA osrL�f 1•W.b611'LUM!4—dJlgmly f4�1lI'4L'dC Lz-f G}8. 35 az fl.u A1r wmcl.1w2ur:,0 g l awG i-M d.i. Wool :1'Q De r. Wti L tC � BP10�'-,1 Luc 4'm.v of�l aYA C4 LFZfl tk0WLLdI46��w--iU}JIrjVNIWWMIRIa+j +wl l,kpAa n-I L7aFb A4 ra Ll.as fAaJndlw±}ZiF1]'9"i'+M0=14 a1d.0 ZL2d'L Vx i5 I ,46 64 P m I41n41.w!)0■dA-L a�j w4d,4v e cum c 91,1 aM'tl r4S' CL CL Zf IILInd;uw•y jpj '+Q L14'C1'fd FL 1 0v CL 4d LS 1a11urOOWC41 IfH1-uK 411 9-1 cog? Fk tin■15E dddms 46L0'`JC46 e5 1 OA4 ,4�'. 6�SZ 1S ux1liA+l fr'�'�$ �P1�'t�l►' i':1 097A h1 44 or FR 'mid An Wwu.Ww11113 401.0-P LC I, 1 OPY1 143 y1.Cr}r. UlitJA9 WU-A.W-1 P-1-10 I3WI S61f4'C j& 4�'I 4 Sl 476142 duy-v1119 $1pLU1>11f Bad 0� i7 EL.41U W"-Aulul11110^ruN1,4 f£}p'LM 401 4& 34 'FF 1>Go YJi■f■ra1:11r7{ 046U'FriC 41 LF DO MW41■Iv:3dur, 'AzivH 4PItl 4 M'GM1 94'I 4149 45 ELF�-M YJNM.JAIGamilwH 40}4.11020 gel OPLL ',l9 'i1. LUr.Q WuL ,W.,3 I 406 .ma wbi 01.*4 AS, SL Lr2L1 PuadNr4'cV—Lajwi 04141L'CP E&I 4 57 FZLL311 dman16WPLU-9V 2414'1.1.14 M-1 4 gS 11.F1 1.4 fii-4wS Liulwmiu au47 4610'F16a LOI °Woad�1 Nw'L �9*h J!sl �'w i1�l Ux11m� t■rrgll +11r;Uf^In11 nlntµa+fl eft I'ur 1^1441 �P'�Ul+�h w�1n1'nrn pwrLiyl�,1,h910 1MP1w11'r 111nl R'!■J ucip*jjddV srioppE1g QI8 301tid 14#4117 V4JCkJ tiV$Ud4tld Li*�!r��1G11071F it;i iw 001113-1 INVITATION TO BIDDERS Page I of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Westport Parkway Improvements Phase I will be received 6 by the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,November 8,2018, and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate) following: 17 4610-SY 10"Concrete Pavement 18 6670-SF 4"Concrete Sidewalk 19 4-Curb Inlets 20 1 —Fire Hydrant 21 4—Gate Valve Adjustments 22 4—Manhole Adjustments 23 8-Street Lights 24 40—Standard Aluminum Ground Mounted Signs 25 26 PREQUALIFICATION 27 The improvements included in this project must be performed by a contractor who is pre- 28 qualified by the City at the time of bid opening.The procedures for qualification and pre- 29 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 30 31 DOCUMENT EXAMINATION AND PROCUREMENTS 32 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 33 of Fort Worth's Purchasing Division website at bnp://www.fortworthtexas.ggv/purchasing and 34 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 35 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 36 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 37 Parties Form 1295 and the form must be submitted to the Project Manager before the 38 contract will be presented to the City Council.The form can be obtained at 39 httus://www.ethics.state.tx.us/tec/1295-Info.htm . 40 41 Copies of the Bidding and Contract Documents may be purchased from James Mullins P.E., 42 Burgess &Niple, Inc., 817-306-1444x6108,which is located at 3950 Fossil Creek Blvd, Suite 43 #210. Please call 24 hours prior to pickup. 44 45 The cost of Bidding and Contract Documents is: 46 Set of Bidding and Contract Documents with full size drawings: $120 47 Set of Bidding and Contract Documents with half size (if available)drawings: $80 48 CITY OF FORT WORTH Westport Parkway improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 22,2016 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 PREBID CONFERENCE 2 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 3 BIDDERS at the following location, date, and time: 4 DATE: Tuesday, October 23,2018 5 TIME: 10:00 AM 6 PLACE: City Hall,200 Texas St. 7 Fort Worth,Texas, 76102 8 LOCATION: Conference Room#270 (2"a floor, SE corner,room behind the reception desk) 9 10 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 11 City reserves the right to waive irregularities and to accept or reject bids. 12 13 INQUIRIES 14 All inquiries relative to this procurement should be addressed to the following: 15 Attn: Mitch Aiton,P.E., City of Fort Worth 16 Email: Mitch.Aiton@fortworthtexas.gov 17 Phone: 817-392-6591 18 AND/OR 19 Attn: James Mullins,P.E,,Burgess&Niple 20 Email: james.mullins@burgessniple.com 21 Phone: 817-306-1444x6108 22 23 ADVERTISEMENT DATES 24 October 11, 2018 25 October 18, 2018 26 27 END OF SECTION CITY OF FORT WORTH Westport Parkway Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 22,2016 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 7 00-GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm,partnership, company, association,or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm,partnership, company,association,or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the,State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified(even if inadvertently opened)shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving—Requirements document located at; 41 hfts:L/projecipoint.buzzsaw.com/fortworthgQy2i,,sources/02%2O- 42 ° 20Constraction%2ODocuments/Contractor° 20Pre u lification/TPW%20Pavin 43 %20Contractor%2OPMualification%2OProgram/PREQI ALIFICATION%20REQ 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 45 46 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 b=s://projecipoint.buzzsaw.com/fortworthggv/Resources/02%20- 2 %20Construction%2ODocumentsZContractor%2OPrequalification/TPW%2OPavinp- 3 %20Contractor%2OPrequalification%2OPro age UALIFICATION%2OREQ 4 UIREMENTS%2OFOR%2OPAVING°/-02000NTRACTORS.PDF?public 5 6 3.1.3. Water and Sanitary Sewer Requirements document located at; 7 b.gps://projecipoint.buzzsaw.comifortworthgoy/Resources/02%20- 8 %2OConstruction%2ODocuments/Contractor%2OPrequaiiEcation/Water%2Oand%2 9 O.Sanitaryo2OSewer%20Contractor%2OPrequalification%2OProgram/WSS%20pre 10 qual%20requirements.doc?public 11 12 13 3.2.Each Bidder unless currently prequalified, must be prepared to submit to City within 14 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 15 45 11,BIDDERS PREQUALIFICATIONS. 16 17 3.2.1. Submission of and/or questions related to prequalification should be addressed to 18 the City contact as provided in Paragraph 6.1. 19 20 21 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 22 bidder(s)for a project to submit such additional information as the City,in its sole 23 discretion may require, including but not limited to manpower and equipment records, 24 information about key personnel to be assigned to the project,and construction schedule, 25 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 26 deliver a quality product and successfully complete projects for the amount bid within 27 the stipulated time frame.Based upon the City's assessment of the submitted 28 information, a recommendation regarding the award of a contract will be made to the 29 City Council. Failure to submit the additional information,if requested,may be grounds 30 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 31 notified in writing of a recommendation to the City Council. 32 33 3.4.In addition to prequalification,additional requirements for qualification may be required 34 within various sections of the Contract Documents. 35 36 4. Examination of Bidding and Contract Documents,Other Related Data., and Site 37 38 4.1.Before submitting a Bid, each Bidder shall: 39 40 4.1.1. Examine and carefully study the Contract Documents and other related data 41 identified in the Bidding Documents(including"technical data"referred to in 42 Paragraph 4.2.below).No information given by City or any representative of the 43 City other than that contained in the Contract Documents and officially 44 promulgated addenda thereto, shall be binding upon the City. 45 46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 47 site conditions that may affect cost,progress.,performance or furnishing of the 48 Work. 49 50 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 51 progress,performance or furnishing of the Work. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised August 21,2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.4.OMITTED 2 3 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 4 contiguous to the Site and all drawings of physical conditions relating to existing 5 surface or subsurface structures at the Site(except Underground Facilities) that 6 have been identified in the Contract Documents as containing reliable "technical 7 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 8 at the Site that have been identified in the Contract Documents as containing 9 reliable "technical data." 10 11 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 12 the information which the City will furnish.All additional information and data 13 which the City will supply after promulgation of the formal Contract Documents 14 shall be issued in the form of written addenda and shall become part of the Contract 15 Documents just as though such addenda were actually written into the original 16 Contract Documents.No information given by the City other than that contained in 17 the Contract Documents and officially promulgated addenda thereto, shall be 18 binding upon the City. 19 20 4.1.7. Perform independent research, investigations,tests,borings, and such other means 21 as may be necessary to gain a complete knowledge of the conditions which will be 22 encountered during the construction of the project. On request, City may provide 23 each Bidder access to the site to conduct such examinations, investigations, 24 explorations,tests and studies as each Bidder deems necessary for submission of a 25 Bid. Bidder must fill all holes and clean up and restore the site to its former 26 conditions upon completion of such explorations, investigations,tests and studies. 27 28 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 29 cost of doing the Work,time required for its completion,and obtain all information 30 required to make a proposal. Bidders shall rely exclusively and solely upon their 31 own estimates, investigation,research, tests, explorations, and other data which are 32 necessary for full and complete information upon which the proposal is to be based. 33 It is understood that the submission of a proposal is prima-facie evidence that the 34 Bidder has made the investigation, examinations and tests herein required. Claims 35 for additional compensation due to variations between conditions actually 36 encountered in construction and as indicated in the Contract Documents will not be 37 allowed. 38 39 4.1.9. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 40 between the Contract Documents and such other related documents. The Contractor 41 shall not take advantage of any gross error or omission in the Contract Documents, 42 and the City shall be permitted to make such corrections or interpretations as may 43 be deemed necessary for fulfillment of the intent of the Contract Documents, 44 45 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 46 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Barings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures(except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents,but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations,opinions or information. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation.by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques, sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents, (iii)that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 33 biphenyls (PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities,construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH Westport Parkway improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.2.Outstanding right-of-way, easements,and/or pernnits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 3 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 way,easements, and/or permits, and shall submit a schedule to the City of how 9 construction will proceed in the other areas of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 200 Texas Street 26 Fort Worth,TX 76102 27 Attn: Mitch Aiton,P.E., City of Fort Worth Transportation and Public Works 28 Email: Mitch.Aiton@fortworthtexas.gov 29 Phone: 817-392-6591 30 31 32 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 33 City. 34 35 6.3.Addenda or clarifications may be posted via Buzzsaw at 36 https:f/pro,ectnoint.huzzsaw.comlclfent/fortworthgov/Infrastructure%20PrgrectsI02706 37 %20-%20Westport91o20Parkway 38 39 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 40 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 41 Project. Bidders are encouraged to attend and participate in the conference. City will 42 transmit to all prospective Bidders of record such Addenda as City considers necessary 43 in response to questions arising at the conference. Oral statements may not be relied 44 upon and will not be binding or legally effective. 45 46 7. Bid Security 47 48 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 49 (5)percent of Bidder's maximum Bid price on force attached, issued by a surety meeting 50 the requirements of Paragraphs 5.01 of the General Conditions. 51 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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., 6.05B. 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 maybe 48 obtained from the City. 49 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised August 21,2015 0021 B-7 INSTRUCTIONS TO 13IDDERS Page 7 of 9 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 12.9. The Bid shall contain an acknowledgement of receipt of all 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 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 receipt, 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 FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised August 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 shall perform with his own organization,work of a value not less 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project##02706 Revised August 21,2015 0032 15-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of I0 1 SECTION 00 32 15 2 CONSTRUCTION PROJECT 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 Project Schedule 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: 11 1, Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 D. Purpose 14 The City of Fort Worth(City) is committed to delivering quality, cost-effective 15 infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a 16 properly structured schedule with accurate updates. This supports effective monitoring 17 of progress and is input to critical decision making by the project manager throughout 18 the life of the project. Data from the updated project schedule is utilized in status 19 reporting to various levels of the City organization and the citizenry. 20 21 This Document complements the City's Standard Agreement to guide the construction 22 contractor(Contractor) in preparing and submitting acceptable schedules for use by the 23 City in project delivery. The expectation is the performance of the work follows the 24 accepted schedule and adhere to the contractual timeline. 25 26 The Contractor will designate a qualified representative (Project Scheduler)responsible 27 for developing and updating the schedule and preparing status reporting as required by 28 the City. 29 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 Each project is represented by City's master project schedule that encompasses the 39 entire scope of activities envisioned by the City to properly deliver the work. When the 40 City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD SPECIFICATION City Project#02706 Revised JULY 20,20]8 0032 15-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 will develop and maintain a schedule for their scope of work in alignment with the 2 City's standard schedule requirements as defined herein. The data and information of 3 each such schedule will be leveraged and become integral in the master project 4 schedule as deemed appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. Master Project Schedule 8 The master project schedule is a holistic representation of the scheduled activities 9 and milestones for the total project and be Critical Path Method(CPM)based. The 10 City's Project Manager is accountable for oversight of the development and 11 I maintaining a master project schedule for each project. When the City contracts for 12 the design and/or construction of the project, the master project schedule will 13 incorporate elements of the Design and Construction schedules as deemed 14 appropriate by the City's Project Control Specialist. The assigned City Project 15 Control Specialist creates and maintains the master project schedule in P6(City's 16 scheduling software). 17 18 2. Construction Schedule 19 The Contractor is responsible for developing and maintaining a schedule for the 20 scope of the Contractor's contractual requirements. The Contractor will issue an 21 initial schedule for review and acceptance by the City's Project Control Specialist 22 and the City's Project Manager as a baseline schedule for Contractor's scope of 23 work. Contractor will issue current, accurate updates of their schedule (Progress 24 Schedule)to the City at the end of each month throughout the life of their work. 25 26 B. Schedule Tiers 27 The City has a portfolio of projects that vary widely in size,complexity and content 28 requiring different scheduling to effectively deliver each project. The City uses a 29 "tiered"approach to align the proper schedule with the criteria for each project. The 30 City's Project Manager determines the appropriate schedule tier for each project, and 31 includes that designation and the associated requirements in the Contractor's scope of 32 work. The following is a summary of the"tiers". 33 34 1. Tier 1: Small Size and Short Duration Project(design not required) 35 The City develops and maintains a Master Project Schedule for the project. No 36 schedule submittal is required from Contractor. City's Project Control Specialist 37 acquires any necessary schedule status data or information through discussions with 38 the respective party on an as-needed basis. 39 40 2. Tier 2: Small Size and Short to Medium Duration Project 41 The City develops and maintains a Master Project Schedule for the project. The 42 Contractor identifies "start"and"finish"milestone dates on key elements of their 43 work as agreed with the City's Project Manager at the kickoff of their work effort. 44 The Contractor issues to the City,updates to the"start"and"finish"dates for such 45 milestones at the end of each month throughout the life of their work on the project. 46 47 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 48 The City develops and maintains a Master Project Schedule for the project. The 49 Contractor develops a Baseline Schedule and maintains the schedule of their 50 respective scope of work on the project at a level of detail(generally Level 3) and in CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD SPECIFICATION City Project##02706 Revised JULY 20,201& 003215-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 2 The Contractor issues to the City,updates of their respective schedule(Progress 3 Schedule)at the end of each month throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a"baseline"schedule and issue 7 monthly updates to the City Project Manager(end of each month) as a"progress" 8 schedule. The Contractor prepares and submits each schedule type to fulfill their 9 contractual requirements. 10 11 1. Baseline Schedule 12 The Contractor develops and submits to the City, an initial schedule for their scope 13 of work in alignment with this specification. Once reviewed and accepted by the 14 City,it becomes the`Baseline"schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change or 16 addition to the scope of work impacting the duration of the work, and only after 17 receipt of a duly authorized change order issued by the City. In the event progress is 18 significantly behind schedule, the City's Project Manager may authorize an update 19 to the baseline schedule to facilitate a more practical evaluation of progress. An 20 example of a Baseline Schedule is provided in Specification 00 32 15.1 21 Construction Project Schedule Baseline Example. 22 23 2. Progress Schedule 24 The Contractor updates their schedule at the end of each month to represent the 25 progress achieved in the work which includes any impact from authorized changes 26 in the work. The updated schedule must accurately reflect the current status of the 27 work at that point in time and is referred to as the"Progress Schedule". The City's 28 Project Manager and Project Control Specialist reviews and accepts each progress 29 schedule. In the event a progress schedule is deemed not acceptable,the 30 unacceptable issues are identified by the City within 5 working days and the 31 Contractor must provide an acceptable progress schedule within 5 working days 32 after receipt of non-acceptance notification. An example of a Progress Schedule is 33 provided in Specification 00 32 15.2 Construction Project Schedule Progress 34 Example, 35 36 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 37 The following is an overview of the methodology for developing and maintaining a 38 schedule for delivery of a project. 39 40 A. Schedule Framework 41 The schedule will be based on the defined scope of work and follow the(Critical Path 42 Methodology) CPM method. The Contractor's schedule will align with the requirements 43 of this specification and will be cost loaded to reflect their plan for execution. Overall 44 schedule duration will align with the contractual requirements for the respective scope of 45 work and be reflected in City's Master Project Schedule. The Project Number and Name 46 of the Project is required on each schedule and must match the City's project data. 47 48 B. Schedule File Name CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD SPECIFICATION City Project#02706 Revised JULY 20,2018 0032 15-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 All schedules submitted to the City for a project will have a file name that begins with the 2 City's project number followed by the name of the project followed by baseline(if a 3 baseline schedule)or the year and month (if a progress schedule), as shown below. 4 5 • Baseline Schedule File Name 6 Format: City Project Number_Project Name_Baseline 7 Example: 101376 North Montgomery Street HMAC Baseline 9 • Progress Schedule bile Name 10 Format: City Project Number Project Name_YYYY-MM 11 Example: 101376—North Montgomery Street HMAC 2018_01 12 13 • Project Schedule Progress Narrative File Name 14 Format: City Project Number—Project Name—PN_YYYY-MM 15 Example: 101376_North Montgomery Street HMAC_PN-2018_01 16 17 C. Schedule Templates 18 The Contractor will utilize the relevant sections from the City's templates provided in the 19 City's document management system as the basis for creating their respective project 20 schedule. Specifically, the Contractor's schedule will align with the layout of the 21 Construction section. The templates are identified by type of project as noted below. 22 • Arterials 23 • Aviation 24 • Neighborhood Streets 25 • Sidewalks (later) 26 • Quiet Zones(later) 27 • Street Lights (later) 28 • Intersection Improvements(later) 29 • Parks 30 • Storm water 31 • Street Maintenance 32 • Traffic 33 • Water 34 35 D. Schedule Calendar 36 The City's standard calendar for schedule development purposes is based on a 5-day 37 workweek and accounts for the City's eight standard holidays(New Years,Martin Luther 38 King,Memorial,Independence, Labor, Thanksgiving,day after Thanksgiving, 39 Christmas). The Contractor will establish a schedule calendar as part of the schedule 40 development process and provide to the Project Control Specialist as part of the basis for 41 their schedule. Variations between the City's calendar and the Contractor's calendar 42 must be resolved prior to the City's acceptance of their Baseline project schedule. 43 44 E. WBS &Milestone Standards for Schedule Development 45 The scope of work to be accomplished by the Contractor is represented in the schedule in 46 the form of a Work Breakdown Structure(WBS). The WBS is the basis for the 47 development of the schedule activities and shall be imbedded and depicted in the 48 schedule. 49 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD SPECIFICATION City Project#02706 Revised JULY 20,2018 003215-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The following is a summary of the standards to be followed in preparing and maintaining 2 a schedule for project delivery. 3 4 1. Contractor is required to utilize the City's WBS structure and respective project type 5 template for"Construction"as shown in Section 1.4.H below. Additional activities 6 may be added to Levels 1 -4 to accommodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Construction Execution"that delineates the activities associated with the various 9 components of the work. 10 11 2. Contractor is required to adhere to the City's Standard Milestones as shown in 12 Section 1.4.1 below. Contractor will include additional milestones representing 13 intermediate deliverables as required to accurately reflect their scope of work. 14 15 F. Schedule Activities 16 Activities are the discrete elements of work that make up the schedule. They will be 17 organized under the umbrella of the WBS. Activity descriptions should adequately 18 describe the activity, and in some cases the extent of the activity. All activities are 19 logically tied with a predecessor and a successor. The only exception to this rule is for 20 "project start"and"project finish"milestones. 21 22 The activity duration is based on the physical amount of work to be performed for the 23 stated activity,with a maximum duration of 20 working days. If the work for any one 24 activity exceeds 20 days,break that activity down incrementally to achieve this duration 25 constraint. Any exception to this requires review and acceptance by the City's Project 26 Control Specialist. 27 28 G. Change Orders 29 When a Change Order is issued by the City,the impact is incorporated into the previously 30 accepted baseline schedule as an update,to clearly show impact to the project timeline. 31 The Contractor submits this updated baseline schedule to the City for review and 32 acceptance as described in Section 1.5 below.Updated baseline schedules adhere to the 33 following: 34 35 1. Time extensions associated with approved contract modifications are limited to the 36 actual amount of time the project activities are anticipated to be delayed,unless 37 otherwise approved by the Program Manager. 38 39 2. The re baselined schedule is submitted by the Contractor within ten workdays after 40 the date of receipt of the approved Change Order, 41 42 3. The changes in logic or durations approved by the City are used to analyze the impact 43 of the change and is included in the Change Order. The coding for a new activity(s) 44 added to the schedule for the Change Order includes the Change Order number in the 45 Activity ID. Use as many activities as needed to accurately show the work of the 46 Change Order. Revisions to the baseline schedule are not effective until accepted by 47 the City. 48 49 50 H. City's Work Breakdown Structure CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD SPECIFICATION City Project#02706 Revised JULY 20,2018 003215-6 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 1 2 WBS Code WBS Name 3 XXXXXX Project Name 4 XXXXXX.30 Design 5 XXXXXX.30.10 Design Contractor Agreement 6 XXXXXX.30.20 Conceptual Design(30%) 7 XXXXXX.30.30 Preliminary Design(60%) 8 XXXXXX.30.40 Final Design 9 XXXXXX.30.50 Environmental 10 XXXXXX.30.60 Permits 11 XXXXXX.30.60.10 Permits -Identification 12 XXXXXX.30.60.20 Permits -Review/Approve 13 XXXXXX.40 ROW&Easements 14 XXXXXX.40.10 ROW Negotiations 15 XXXXXX.40.20 Condemnation 16 XXXXXX.70 Utility Relocation 17 XXXXXX.70.10 Utility Relocation Co-ordination 18 XXXXXX.80 Construction 19 XXXXXX.80.81 Bid and Award 20 XXXXXX.80.83 Construction Execution 21 XXXXXX.80.85 Inspection 22 XXXXXX.80.86 Landscaping 23 XXXXXX,90 Closeout 24 XXXXXX.90.10 Construction Contract Close-out 25 XXXXXX90.40 Design Contract Closure 26 27 28 I. City's Standard Milestones 29 The following milestone activities(i.e., important events on a project that mark critical 30 points in time) are of particular interest to the City and must be reflected in the project 31 schedule for all phases of work. 32 33 Activity ID Activity Name 34 Design 35 3020 Award Design Agreement 36 3040 Issue Notice To Proceed-Design Engineer 37 3100 Design Kick-off Meeting 38 3120 Submit Conceptual Plans to Utilities,ROW, Traffic,Parks, Storm Water, 39 Water& Sewer 40 3150 Peer Review Meeting/Design Review meeting(technical) 41 3160 Conduct Design Public Meeting#1 (required) 42 3170 Conceptual Design Complete 43 3220 Submit Preliminary Plans and Specifications to Utilities, ROW,Traffic, 44 Parks, Storm Water,Water& Sewer 45 3250 Conduct Design Public Meeting#2 (required) 46 3260 Preliminary Design Complete CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD SPECIFICATION City Project#02706 Revised JULY 20,2018 0032 15-7 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 3310 Submit Final Design to Utilities, ROW, Traffic,Parks, Storm Water, 2 Water& Sewer 3 3330 Conduct Design Public Meeting#3 (if required) 4 3360 Final Design Complete 5 ROW&Easements 6 4000 Right of Way Start 7 4230 Right of Way Complete 8 Utility Relocation 9 7000 Utilities Start 10 7120 Utilities Cleared/Complete 11 Construction 12 Bid and Award 13 8110 Start Advertisement 14 8150 Conduct Bid Opening 15 8240 Award Construction Contract 16 Construction Execution 17 8330 Conduct Construction Public Meeting#4 Pre-Construction 18 8350 Construction Start 19 8370 Substantial Completion 20 8�4U Construction Completion 21 9130 Notice of Completion/Green Sheet 22 9150 Construction Contract Closed 23 9420 Design Contract Closed 24 1.5 SUBMITTALS 25 A. Schedule Submittal&Review 26 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 27 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 28 the Contractor's baseline and progress schedules with the Master Project Schedule as 29 support to the City's Project Manager. The City reviews and accepts or rejects the 30 schedule within ten workdays of Contractor's submittal. 31 32 1. Schedule Format 33 The Contractor will submit each schedule in two electronic forms, one in native file 34 format(.xer,.xm1,.mpx)and the second in a pdf format, in the City's document 35 management system in the location dedicated for this purpose and identified by the 36 Project Manager. In the event the Contractor does not use Primavera P6 or MS 37 Project for scheduling purposes, the schedule information must be submitted in.xds or 38 .xlsx format in compliance with the sample layout(See Specification 00 32 115.1 39 Construction Project Schedule Baseline Example),including activity predecessors, 40 successors and total float. 41 42 2. Initial&Baseline Schedule 43 The Contractor will develop their schedule for their scope of work and submit their 44 initial schedule in electronic form(in the file formats noted above), in the City's 45 document management system in the location dedicated for this purpose within ten 46 workdays of the Notice of Award. 47 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD SPECIFICATION City Project#02706 Revised JULY 20,2018 003215-8 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 The City's Project Manager and Project Control Specialist review this initial schedule 2 to determine alignment with the City's Master Project Schedule, including format& 3 WBS structure. Following the City's review,feedback is provided to the Contractor 4 for their use in finalizing their initial schedule and issuing(within five workdays)their 5 Baseline Schedule for final review and acceptance by the City. 6 7 3. Progress Schedule 8 The Contractor will update and issue their project schedule(Progress Schedule)by the 9 last day of each month throughout the life of their work on the project. The Progress 10 Schedule is submitted in electronic form as noted above,in the City's document 11 management system in the location dedicated for this purpose. 12 13 The City's Project Control team reviews each Progress Schedule for data and 14 information that support the assessment Of the update to the schedule. In the event 15 data or information is missing or incomplete,the Project Controls Specialist 16 communicates directly with the Contractor's scheduler for providing same. The 17 Contractor re-submits the corrected Progress Schedule within 5 workdays, following 18 the submittal process noted above. The City's Project Manager and Project Control 19 Specialist review the Contractor's progress schedule for acceptance and to monitor 20 performance and progress. 21 22 The following list of items are required to ensure proper status information is 23 contained in the Progress Schedule. 24 • Baseline Start date 25 • Baseline Finish Date 26 • %Complete 27 • Float 28 a Activity Logic(dependencies) 29 a Critical Path 30 • Activities added or deleted 31 • Expected Baseline Finish date 32 • Variance to the Baseline Finish Date 33 34 B. Monthly Construction Status Report 35 The Contractor submits a written status report(referred to as a progress narrative)at the 36 end of each month to accompany the Progress Schedule submittal,using the standard 37 format provided in Specification 00 32 15.3 Construction Project Schedule Progress 38 Narrative. The content of the Construction Project Schedule Progress Narrative should 39 be concise and complete to: 40 e Reflect the current status of the work for the reporting period(including actual 41 activities started and/or completed during the reporting period) 42 O Explain variances from the baseline on critical path activities 43 © Explain any potential schedule conflicts or delays 44 O Describe recovery plans where appropriate 45 o Provide a summary forecast of the work to be achieved in the next reporting period. 46 47 C. Submittal Process CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD SPECIFICATION City Project 402706 Revised JULY 20,2018 003215-9 CONSTRUCTION PROGRESS SCHFDULE Page 9 of 10 l a Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 2 following the steps outlined in Specification 00 32 15.4 Construction Project 3 Schedule Submittal Process. 4 0 Once the project has been completed and Final Acceptance has been issued by the 5 City,no further progress schedules or construction status reports are required from 6 the Contractor. 7 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. The person preparing and revising the Contractor's Project Schedule shall be 12 experienced in the preparation of schedules of similar complexity. 13 B. Schedule and supporting documents addressed in this Specification shall be prepared, 14 updated and revised to accurately reflect the performance of the Contractor's scope of 15 work. 16 C. The Contractor is responsible for the quality of all submittals in this section meeting the 17 standard of care for the construction industry for similar projects. 18 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 1.13 ATTACHMENTS 22 Spec 00 32 15.1 Construction Project Schedule Baseline Example 23 Spec 00 32 15.2 Construction Project Schedule Progress Example 24 Spec 00 32 15.3 Construction Project Schedule Progress Narrative 25 Spec 00 32 15.4 Construction Project Schedule Submittal Process 26 27 28 PART 2- PRODUCTS [NOT USED] 29 PART 3- EXECUTION [NOT USED] 30 END OF SECTION 31 32 33 34 CITY OF FORT WORTH Westport Parkway Improvements Phase 1 STANDARD SPECIFICATION City Project#02706 Revised JULY 20,2018 0032 15-10 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 1 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 2 CITY OF FORT WORTH Westport Parkway Improvements Phase 1 STANDARD SPECIFICATION City Project 402706 Revised JULY 20,2018 00 32 15.1-l CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 1 of 5 1 SECTION 00 32 15.1 2 CONSTRUCTION PROJECT SCHEDULE--BASELINE EXAMPLE 3 PART1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a"baseline"schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See CFW 8 Specification 00 32 15 Construction Project Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 003215.1-2 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 2 of 5 _....--........J.- ------- --------- ......... --------- ........l----•-•-1_• .......... I ---------- ---------------- ---------..........---------- ........ --—--------- -______.__1_.___.._.—_________.__._.-.... ........ ..........I—------I--------------------------------------- ------------..----•--------- - ........ ­----•---i- ........4-•-•-•--4........ .. ........ ................... 3 A --IT I I --i Y., �l -a m. V; V ion is= Irl, Ir"! �l :1! 1119 11 t OR!"ll Zo go 41 W 0 tm 9L id ri rip -7 ,Ia. L _J CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 003215.1-3 CONSTRUCTION PROGRESS SCHEDULE-BASELINE EXAMPLE Page 3 of 5 ............••-••••}•--•-_.................{-------------------- --------------­--------i---------4--­­--4----------i---­-­­-­---­---------- ........ • ----------------------------------- ---------------------------------------------------- 01 T..........r........ ------------------- C a a a a 0 =C o m o a W a op �' 'n 0 ti .. . ... ... ... 1p o' 6 OL A M M Cn oft 154 c.p EIN Ri ul IF r; A lo a V aV ffi�14 P ,!en 01 mill; )61 ±rlrt 41 i L? � LiW CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 003215.1-4 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 4 of 5 _.._...._._.+._ wA. ------------- -- - r a! 46 El � IM1Irt'a A U'r GF r 7+ice �' f-� LN Cr 6 � r I11 1 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised JULY 20,2018 00 32 15.1 -5 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 6 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revised JULY 20,2018 003215.2-1 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page I of 4 1 SECTION 00 32 15.2 2 CONSTRUCTION PROJECT SCHEDULE—PROGRESS EXAMPLE 3 PART 1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a"progress"schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for details and requirements 9 regarding the Contractor's project schedule. I0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised JULY 20,2018 003215.2-2 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 2 of 4 i I I i ...... --- -�--- --------- ---- j----------i--------•-------- ---------- -- r , --I r I - -•---- - ----------------- -- ---- --- ----- ---- -•--- I I , I , r I I -4___.____.__1_.__...___.__________--.----..._._..._________.,_.._.......__....._.._..---- I .-__ I__.__.__.L.__. .____________-_._— J___------- l---------- 1---------- F_--------- L_._..___J--------- __J__ --_-- _.- - - .... - CL 7 7 7 F-I' i•�'r t •,r1 iY^'• 1A "1 N TJ•tV-111" M� ,Y•S� N{,1 aN tV aq W LY•fY :l l.�+,r• �'I,�` ;;; - K, x � ,a�„ � ;x.51 cq r o rd 0 12 0 1 13 I' I,F ti 9 ora � ���. ON i id K ; y W. (t { I W aF ti W N ri r �I - f} � [ �iFJ '1 i �• 0;17 'L � 4] 0 h @] �I 41 11111 - 110, OD IM - w "I 'i:Nit. " :.I, �O @ IOfMF b 1f• �. r �7fy} (yr 'I�I'ISI .r � A_ 1 ' r{ r c'] I - 4F i rr:I n ry Ei �h Id u Pea''i: . • `F? rj A 47 q RR „ 4t kh �j EIR M J', - Z ^In Ar .� ;�Ea • ■ f E r an �: ah i g� ,j 0 FI �1 F1 Ill is � Y � CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 003215.2-3 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 3 of 4 _.._:...._.'-.'-..-.. ;._.._.._'-_....._......•....._-_..._..-i-..-.-------..--------------- T .. f..--_..._....._.._..-..._._...,. _ i r . r r r r r ._...._..—..__ ._..y.._.......__....._.....-......_...... p..—._..1.._..—....1_.._._.....___..._.p.._.._..y.._._.._.p.......,..- � i i r i ti .......—.._.._._..+._..-..-._-------...�...---------...-.._ ... . 4... ..............—.._.._._..,._.._.._.__.._.._..,...____..---..._.._ ..—__..,..__.—. .;.__.--..•..__-_.._.,..._.._.. ........ ..-. FJ N N N N H' N N N N.0 N N N A,N N N, N N.a NIN�N N• 4�:' I N N•N ra N.�ft • i-.. --- I _ I �JI I � eI Q 4 O G 4t4 4a qIG R9 a 4i O n o E'+0lfA up IPIa ID ■'0�iR � A A � w d �p' >a Belo:i+.', .:r ... m yf...�� ti p_ y,!M - _,�._.p i t � _ -- - ,rt pq � Ilo �p,ff,�,44, � n Wit` r. lil t tv, - t• ' � � I � m m -, yy ,a ^ pts lal �_. :' �r�1 p, n h ilk : • ul�uJ to p! v3 "° iso- gip Iq1x —illl j I I I E I I I r ! I I ' �"- � 'gid � �• ! �' - 1 PI I Lh I a i z CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 003215.2-4 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 6 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 00 32 15.3-1 CONSTRUCTION PROJECT SCHEDULE—PROGRESS NARRATIVE Page 1 of I SECTION Oo 32 15.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Company dame: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. Dist of activities accomplished in the iepoiling period. 1.' (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List of activities to be accomplished in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) D. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Issued JULY 20,2018 003215.4-1 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 1 of 7 1 SECTION 00 32 15.4 2 CONSTRUCTION PROJECT SCHEDULE—SUBMITTAL PROCESS 3 PART1 - GENERAL 4 The following information provides the process steps for the Contractor to follow for 5 submitting a project baseline or progress schedule for a capital project to the City of Fort 6 Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and 7 requirements regarding the Contractor's project schedule. 8 9 If you are not a registered CFW Buzzsaw user,please email or contact: 10 11 Fred Griffin, Buzzsaw Administrator 12 City of Fort Worth 13 Fred.Griffin@fortworthgov.org 14 817-392-8868 15 16 Using your registered username and password log into the City's Buzzsaw Site 17 h s:// ro•ec oint.buzzsaw.com/client/fortworth o, .N i I� T� 19 20 Navigate to your Project Folder. Verify that your Project ID and Project Name are 21 consistent with Project Folder Name. 22 23 Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed 24 Drainage Improvements project is used for illustration. 25 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 0032 15.4-2 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 2 of 7 'idrorthoo� - 9vr�tiaw _ i 1 907611-fLuseedE.rr'-^.�•..r Y ., ��MIY Imim Y Fl a.`,8.dr-an s !JWw&les Lrdex.Xs Red&i in 16.384 N wmft ExW W... ad Respaues Ci commxtfon i C)cow4ta_s �]contractor L'J Cars:-pond— • LJ Genbral rrAra tvaaaocnts sad r, �.P-Jed&itrW I ;J RArtc Nec'nps Li Real Property ,J U-lies 00705-Urban"-apes Centra C-.:!,-! : 1 OOh}S-Lkbc:ty=apesCer_-rlcaster' �I 00795-ikbsnl�apcs SE Ck,ster c,•r "1 09795-Urban Y-apes SECk 6terr.r 00730-SadWy Sfr.w Rchrb Cons*' O0755-Me_r{-x Rd 2004[-A Yea'I P .�Oi1768.DAM Road-&yrnt Irvin to C. _ 00778-Lebmv Clwm ;j U9786-Sp _ercreek&syc4mwesr i • 09787-Grsnbwy Road-Akamsa trh MIT}5.5'+5r y:+F•ri.r.411.r•i- - 1 Taw Wo 4 u;pdkU 0i0ir' ! +AMM 't4a4 P�S571r1g11 4Fa.q'141 f4N. 2 3 Two files will be uploaded for each submittal. A native schedule file format either 4 Primavera .xer or MS Project.mpp and a PDF version of the schedule will be uploaded 5 6 Verify that the file name contains the 5-digit Project ID,Project Name, and Submittal Date 7 and follows the standard naming convention. Initial schedule submittal will be labeled as 8 `Baseline' for example: 9 00701-FlaxseedDrainagcImprovements-Baseline 10 11 Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY MM' for 12 example: 13 00701-FlaxseedDrainagelmprovements-2009_01 14 15 Expand or select the Schedules folder and add both the native file and PDF file to the 16 directory. 17 From the Toolbar Select Add Document CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised JULY 20,2018 003215.4-3 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 3 of 7 I FAS tit Vk-N Too's RET4 Add Vr: -Our 4J YiUkal �iq1 Dra'xsg -- %_ 00701-1laxsse4t ge'-Prover-.vs R iWm wnn sy I rypr Lj rofer .0&'.Fors .° sdredieestrdex.sds Freda#Li 16.359 ramft - - - 6A Respmses Lf C LplStrrrcban C EiCV�A.N-'s _ E Contracw C3 Carrespondenre C�1'�7 GerleraCONrMtUcr:�tly'^Sr�.Spei� t7 em,;nt"ran x1s 6 E3 Rea:Property . �'�Y`�Sdre2_�Irldex,xiz L�.,k'J 00705-MbrarY--3ge9Cerd7*Cster9k1 F1 E�00705-UrbriV.3gasCec6'40C.isterSix C1+-4 00706-IkbanY_agasSECkftrecray-Rh ' Q. 007W-LkbartY ayes SECkisisNear Eas [R. 00730-San':arySexuRfJmCoi ndD 00755-Meaq.dteRd 2004 CIP Yer-r 1(CEs j U(i768-D�lcs Rom-BrYaw --"n to 6-r�M V o 0 00778-lebox(17a wW 00786-SU—.0reek8LSy".Sd3od - � l t - 2 3 Select Browse and go to the location of the files on your desktop. 4 Select Open .`Yx LJ S&ddou &b add m Yn n Dpd ne.b sne.fmc am edd L s bmma sx"bm Wong. iFsdaot R •• J r p v'Jimagt; _ Aifadn cs w"i lis a r!IaL37oeF Sae ^I Look n 01a{1w,.p r.� . 1'joaa-yr.'s *Xx etD-rc--UnmerPro 7 7.j Cc-x-3r l�l!'71a'96 ptayar ' K6' Wrhlttia_xodLPkces y�ActivaFro;ects goaerr�d� I " I� kCobaA0vh3l8Prc.12ssatwl fioa'sMyPass.pi' BL7rrC0aaDWs 4C1ear WRTty;V 7,Buma;j 2008 Cad Rem-d EER Pro Duku D CHINt I VPN Cr0WWnd P87 Ev a S 7.1 r r .: �e2,e Cer- eCrystF Repos 2908 hYf L �emrly j tW Pfx a.L.tExpress �iF Oar OefraQ•z'-.r j>iPPhr_x-r•tPre--r p fee SoundRecarder u Si.i_--w C.;a, Ofreesm-tecorder.exe 7�1 IIL"�Fassownect k,tap-opsea-y us hFY�Se�dr r es 1h4:3.PG r MvosoR baa vewn 2W2-na4e Out e800k LINeWW-ig M1YFNNdglk Fterune �� #I �rr, F1xxr _ - 5 Flerdtr.b LYine-i L'.anra 6 7 The file will appear in the Buzzsaw Add to Project—Select Documents window 8 9 Select Next 10 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 003215A-4 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 4 of 7 1 Do not select Finish at this time. 2 t. I 13 SAKi dscr,Paenw lu add 1P Ow peo)ect xob Pk,lou PI"add to a irgcFwt Roo"ove w), tladume!AS AtLir15Curnma Stnd tmM 3 lkxr• j NoahI CanLd 4 5 You will be placed into the Attach Comment window to enter a record into the Project 6 Schedule Submittal Log. 7 8 Enter the Project ID-Project Name-Submittal in the Subject Line. 9 10 Type Submittal and Company Name into the Comment window along with Contact Name 11 and Contact Phone Number, 12 13 Select Next. 14 � I > 0 emW4h e.mmmL U%ht Lkmtlm#11W s' bbn `U aiptIdi 8ld IN wt ddaALm Item fm✓td L`lM&ddpy. Ths clip.rs WUYJit $e�[i L)gawznts C mnwncnt to rata��crriwn rdAtlittii[mynteM Ser1d CGnal 5w*a- 1007(}x-FldM922dOCarr7apekapruvneeF�tS-8pal�7e �..�— — rr,hr a nsn �msebie Sd*dLh Submtki frow'C Y 1Yaere" zr-tad Nese :c itact8hone 1k Jpdib'e Sdted&SL6mittal frm'C"Mmy Niarrc'for work Performed up'o]rlur y 31,2809 Ca-ItatL Nu-! Cr�tactPhc�e� <@ark ti ext F nEU I t�naJ I t x, 15 16 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 003215.4-5 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 5 of 7 1 2 You will be placed into the Send Email Notification window. 3 4 Select To and the Select Recipients window will appear with a list of Project Contacts. 5 6 Select the Project Manager as the To Recipient and the Project Controls Group as the Copy 7 Recipient. {NIY Lrrr�il #f. lwa 5 r -.- I -. rk—r ,tlPFia.tlG-�. Torry 5... i.,. 9...'CP... 4fi... Fb... — 0"bt... 7... 5... c.... Ka... P— T,3Y.. T.•. W Ta— 121 Mc... hay W... T... W... m-.. 12/,., Mc... V.B.H... V... H... 0®... Ne... PrO... V..& .. V.— T.., CP... 7/2... Yl.rtl Mc... V... M... a... 1/C... Ntch.... V... K... Cr.,. 30-1 W.rla... W... P... HCl... ltr... P.�. W—dy... W... C... CP... 41f— Oe... m'Fnd Sp— N•Bar... V... 8... tli... IYa... FYo.. W.'w ... W... 0... Am... Na... T-: .. W.x i... W... -.�. GP... W... L.... —«. Yv tW.... Y F,., PSI ll/,-• rabatlx .. M... 11... rfi... E,P A Me... A... N... �usrb SFxf -•'P Fah0r'... P... 3ualb Saw '31 ii►�L PrO]Clt... --.,., y G BarV'rih hshE7v.... L.wart" Gan 9 Year L LL 10 11 12 Select the Waste Comment button to copy the Comment into the body of the email 13 14 Select Finish. 15 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 003215.4-6 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 6 of 7 { I 3trd meed b e0i I.rDJett4ftnbk;J r a4fr.+p d'Wn of Ux+,tr a�vbsd fres Th31teP a ,w„n*' SiLidb a-its ��a4tC�nmrr_ ,4kias}IC8C44er1tt Send EMMA to— I Fred Clitf'1 - �s,,, Pro�ctCaatrakTearn # OOA1�axeeedar�ugefrlorovJ:2�ergs�oed+r Base SChedLft&&A1tW ftort'Cm1 MY Ifame Cas#act Name CcntautPhone Or Updat Schezi6e Stbrr+W frms'Company Name'for a aorkperfonaedup to lanuwy 31,2M CtEtad Name omtactphone 2 3 The schedule file is uploaded to the directory. An email is sent to the City's Project 4 Manager and Project Control Specialist. 5 ►_y del - hr's &V OD701 1 r{p-! h.2.v tiff ",fw I NyL1M 'F JF1Jie3sbl&e Ids Fed{,-0 16,984 s t L�Eb Responses L.eb'e Nan... 74,250 XERF-! !/a/M 401 j ca-svu i F 1 Ca "a t� C�6acbx Carrespa2derce Gentrek Centraetp2,ame ttmw,2. � ;�Put+•:t�,xar,gs ' ':3 Real PraWty 0070!ai2.oeedlt a�upe�.era.m 5dxa2ks 1ndeK.�ds �.es -e 00705-Urbe-.sages Cer+er D. F,3 :. 00705-Urban i ft.Ci,a bi R¢ 00706-Urban l leges SEOu w%,-r Jb. .e.�00706-Urban,4MSEQuster Near Ess ,r 00730-Sw r-VSener Rehab ContracWv ,. f400755•MaK eRd2004CIPYe&1r}+ .-lb 00768-C'1s Road-8 yaat I-M r�-.r, :.�x0778•lebe.r CAw iei 6 7 8 Upload the FDF file using the same guideline. 9 10 11 12 END OF SECTION 13 14 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised JULY 20,2018 003215.4-7 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 7 of 7 1 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 2 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised JULY 20,2018 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Page 9 of 9 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as"City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Farm) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http:iivvvvw.=Lli.-z..oLate.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.r)d RI CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary a CIS Form is on File with City Secretary El CIS Form is being provided to the City Secretary BIDDER: McClendon Construction Co., Inc. By: Justin Blair PO Box 999 Signature: Burleson, TX 76097 0 Title: Secretary Treasurer END OF SECTION CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook Add 2 f 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager cto: The Purchasing Division 1004 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Westport Parkway Improvements Phase I Inersection of Westport Parkway and Alta V.sta Road City Project No.: 02706 Units/Sections: Unit 1: Paving Unit 2: Drainage Unit 3:Water Unit 4: Sanitary Sewer Unit 5: Lighting Unit 6: Landscape Unit 7: Signage and Pavement Markings 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. "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- CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook Add 2 ' 0041 00 BID FORM Page 2 of 3 competitive levels. 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. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) b. Water Transmission, UrbanlRenewal, 24-inches and smaller c. Sewer Collection System, Urban/Renewal, 8-inches and smaller d. Roadway and Pedestrian Lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 calendar days after the date when 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{and/or 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. 2,,g. Conflict of Interest Affidavit, Section 00 35 13A- *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 Sid 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 002706 Form Revised 20150821 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid Proposal Workbook Add 2 0041 00 BID FORM Page 3 of 3 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 $1,482,011.00 7. Bid Submittal This Bid is submitted on 11-8-18 by the entity named below. Respectfully sub Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: �i n cel- Addendum No. 2: Addendum No. 3: Justin Blair Addendum No-4- (Printed o_4:(Printed Name) Title: Secretary Treasurer Company McClendon Construction Co., Inc. Corporate Seal.- Address: eal:Address: PO Box 999 Burleson, TX 76097 State of Incorporation: TX Email: Iblair0mcclendonconstruction.com Phone: 817-295-0066 END OF SECTION CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Form Revised 20150821 00.41 0000 43 1300 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook Add 2 McCLENDON CONSTRUCTION CO., INC. Box 999 �• Burleson,Texas 76097 r (817)295-0066 Fax(817)295-6796 .. AAA Minutes of Annual Directors' Meeting May 23, 2018 Held at Company Registered Office at 548 Memorial Plaza, Burleson,TX. All Directors were present. 1. The December 31,2017 financial statements were reviewed and approved. 2. The duties of Secretary of the corporation will be assigned to Justin Blair, whose title will now be Secretary-Treasurer. 3. Present salaries of the Officers will be maintained. 4. No dividends will be paid at this time due to the need for working capital for equipment purchases. ' Signed this 23rd Day of May,2018. YA an McClendon Chairman of the Board of Directors 13 J Blair, Director n Sl , Director W 4143 niu PROPOSAL pegs I ur2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE I3I0 Bidder's Application 11,0jwt It..Ia b-ft- Bidders Proposal Bidlisl llem D-PhSpfrca ecilim Urdtaf Bid Na m Se Lim No. M=um Quw ily 6uit lhice Bid Value Unit 1;Paving i-01 0171.0101 Construction Staking 01 7123 LS 1 $10,000.00 $10,000.00 1-02 0171.0102 As-Built Survey 01 7123 LS 1 $1,_590.66 $1,500 _. ...- - -..0000...__....0.0- 1-03 0241.1100 Remove Asphalt Pvmt 02 41 15 SY 1410 $8.00 $11,280.00 -------------- ----._.._. ...0000--'- -�------------------- _-_- --'------ 1-04 0241.1000 Remove Conc Pvmt 0241 15 SY _ ___ 3186____ _$20.00 $63,600.00 ---- . - .W__._._.- -. ..---... - ------------ -- - --- - -----. ._._- I-05 0241.0100 Remove Sidewalk 024113 SF 5110 $250 $12,775.00 ._- --------- - -- .0 .00.0..-- ------._.. ......................_._. ._.....__.__.. ._..-----.....-....._..__...T. 1-06 0241.0401 Remove Concrete Drive 02 41 13 SF 460 $3.00 $1,440.00 1-07 0241.0500 Remove Fence 024113 LF 264 $5.00 $1,320.00 00.0...0._. .. ------..... .-- - -- .._ .00..00. - ----- ----- -- -- _._._._. I-08 3231.0133 6'Wrought Iron Fence32 31 13 LF_ _ __ 30 $42-00 $1,260.00 00..0 .�. ........_.`._..___._. ,_..__- .._. 1-09 3110.0101 Site Clearing31 10 00 LS 1 $30,000.00 $30,000.00 ---------....--- 1-10 3123.0101 UnclassiFed Excavation by Plan 31 23 16 CY 1280 $20.00 $25,600.00 _._. I-91 3124.0101 Embankment by Ptan 31 24 00 CY __1280 $17.00 $21,760.00 --- --__ 0000.....-------- 1-12 3123.0103 Barrow by Plan 31 23 23 CY 480 $12.00 $6,760.00 ------ -----._ ....0....0.......0...0_..._.-.. -- -------- ------- --- -- ..-`-'----_-.__...-- ---------- -- ---- ------ 1-13 3125.0101 SWPPP 2,1 acre 312500 LS 1 $3,000.00 $3,000.00 1-14 3471.0001 Traffic Control 347113 MO 7 $2,000.00 $14,000.60 1-15 3213-01013 10"Conc Pvmt 32 13 13 SY 3940 $88.00 $346,720.00 ---------------._.._._ _ ..0..0..00 --------- ------'------'-------'----_-__--' ----- ---------------.... _1-16 3212.0302 2"Asphak Pymt Type 0(Temporary) 32 12 16 SY 406 $20.00 $8,000.00 1-17 3211.0212 6"Flexible Base,Type B,GR-2(Temporary) 32 11 23 SY 400 $14.06 $5,600.00 I-18 0241.900 Remove Mise Conc Structure(G€oundbox) 02 4i 13 EA 3 $300.00 $900.00 1-19 3213.0301 4"Conc Sidewalk 32 13 20 SF 6670 $46,690.00 - ....._...._._...-...._._.....�... --$-7.00-- ------------- 120 3213.0401 6"Concrete Driveway 3221320 _SF _ __610 $10.00 $6,100.00 121 3213-0503 Barrer Free Ramp,Type M-1 32 1320 EA 8 $2,000.60 $16,000.00 1-22 3213.510 Barrier Free Ramp,Type C-3 32 13 4 $2,000.00 $8,000.00 1-23--- 3211.0400 Hydrated Llme(48 Ibs[SY)--___-- 32 11 29 _ _TN_,---_ 120 $165.00 $19,800.00 .._------'------------�'----------�------------ ......00...0.0.._.._,...0....0..0.0..._.._-00...00-_ 1-24 3211 0502 8"Lime Treatment 32 11 29 SY 4990 $6.50 $32,435.00 1-25 9999.9000 Park land Protection Fence99 99 00 0000 LF _ 310 $6.00 $1,860.00 1-26 9999.0001 Integral Coforedfrextured 4"Concrete Median(Splitter Island) 9999 00 SF 2349 $9.00 $21,060.00 _..._._....---_..._.._.m...._�__..__.m.T.____ 1-27 9999.6002 Integral Coloredr'extured 6"Concrete(Beneath Sidewalk) 99 99 00 SF 585 $11.00 $6,435.00 1-28 9999.0003 Integral ColoredlTextured 10"Concrete Truck ApronlPedestrian Buffer 99 99 00 SY 670 $125.00 $83,750.00 _ ._.-m..-._.__r ---- - -------------------- ----- _.--- ------.... t-29 9999.0004 3"Mountable Curb(Center Island) 99 99 00 LF 314 $4.00 $1,256.00 130 9999.0005 6"Mountable Curti 99 99 00 LF 560 $5.00 $2800.0 ----�--....._........ ......._._._-.___- - -------------_. ---.._---.00.0.0 00'00._._..-- - -- 131 9999.1706 6"Standard Curb(Center Island) 99 99 00 LF 233 $35.00 $8,155.00 132 9999.0007 Monolithic Median Nose 99 99 00 EA ___ 10 $750.00 $7,500.00 - ----.. - --- -------- --------.._ ....... 133 9999,0006 Masonry Column(For Wrought Iron Fence) 99 99 00 EA 2 $4,500.00 $9,000.00 I-34 9999.0009 Remove and Relocate PVC pedestals 99 99 00 EA 3 $50.00 $150.00 --- -- ovean--.. .._. ..-.._...._-- -- ------------------ -- - -- -- --- 1-35 $6,000.00e Monument Sign 99 99 00 EA 2 $3, 9999.0010 Remove 0 _--- _000-.`---..0.---'---- --------.---.--_-..--.-... _..._. .._.....----.._..__......_.0000 ........0.0...0.0.. 136 9999.9012 Miscellaneous Construction Force Account 99 99 00 Fly 300000 $1.00 $300,000.00 Total Unit 7 S1,141,506.00 Unit 2:Drarnage - - - --._-_.-_- 11-01 3305.0109 Trench Safety 330510 LF 62 $25.00 $1,550.00 0..0.0._00.00._------'---- ------ ---- 11-02 3341.0201 21"RCP,Class 111 334110 LF 39 $240.00 $9,360.0 --------- 11-03 3341.0205 24"RCP,Class III 33 41 10 LF 23 $255-00 _ $5,865.00 II-04 3001 001 10'Recessed Inlet33 49 20 EA 2 $5,200.00 $10,400.00 ---- ----- -.__. ..._...____..-- -------.0....0...0.0...._.... ..................._...... __......_.- _..._.__m -- _11-05 3349.6063 20'Recessed Inlat 334020 EA 1 $9,300.00 $9,300.00 II-06_3349.8001 70'Type 2 Inlet 33 49._20 EA 1 $11,70000 $11,700.00 ................... ..._,.. 00..00.- -�- I1-07 3305.0107 Manhole Adjustment,Major 33 05 14 EA 1 $5,200.00 $6,200.90 11-08 3305.0112 Concrete Collar 33 05 17 EA __ _ 1 $1,500.00 $1,500.00 TT - - -- -----Curb--__ ...__ ------ ------ - - ---_-...---------------.....--- -. ........_.$.500___...___...__.4..5._0..._ II-09 0241.4007 Remove 10'Curb Intat 02 41 14 EA 3 $1,500.00 $4,500.00 ----------- -----.__..___...____-- - ---------- ----- -------...__---- _.. ---._. . -.---- 11-10 10241.3104 24"Storm Abandonment Plug 02 41 14 EA2 $750.00 $1,500.00 Total Unit 2 $51,876.00 Unit 3:Water Ill-01 0241.1012 Remove 6"Water Line 02 41 14 LF 23 $45.00 $1,035.00 III-02 3312.0001 Fire Hydrant 331240 E4 1 $6,590.00 $5,500.00 III-03 3305.0111 Valve Box Adjustment 33 05 14 EA 4 $150.00 $600.06 41-674 ._.._ __..-._ .----.0..0_-..__.�. _------- -- -__`--_.__._._..-._---- -----1-..-_. 0241.1510 Salvage Fire Hydrant 02 49 i4 EA 7 $800.00 $800.00 Total Unit 3 $8,935.10 Unit 4:Sanitary Sewer .0111.._.0111__...............�.._..__-___-- IV-01 3305.106 Manhole4djustmeni,Major 330514 EA 3 $3,200.00 $9,600.00 0011 IV-02 3305.0108 Miscellaneous Structure Adjustment(Sewer Cleanout) 33 05 14 EA 1 $1,350.00 $1,350.00 Total Unit 4 $10,950.00 Adj�-2 cTrYOFFORTWORTir WAP-P.&.W]mpra,c .NPh-t 8 fANDARD CONSMUC110K SPECIRCAT]ON MffW:TTrB ctiry P, .RITm T R.6i 20120IA 004100 004313 004243N43 37 04512_003513_Rid Pmp,,AW,U-.1Add2 004243 BID PROPOSAL Faget aft SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BI® Bidder's Application Praiml Ilam lnfonnaliou Bidders Proposal Bidlislllem SpWiflotim Unit of Sid No. Ocscriplian S-ft-No. M- Quanliry unit Prico Sid Value Unit 5:Lighting V-01 3441.1501 Ground Box Type 13 34 41 10 _ FA7 $700.00 $4,900.00 ................ -- --- -- ------ __.-- --- --- -. _..__ ..._------ -------- _V-02 3441.3004_Rdwy Ilium Assmbly Special(Type SA 20 S-4) __3441 20 EA 2 $3,250.00 $5,500.00 V-03 3441.3004 Rdwy Ilium Assmbly Special(Type SA 40 S-10) 34 41 20 EA 6 $3,750.00 $22,500.00 -------- ---- - 30-3--L-E-b-5-0 -----..._.__........_..._.....-----.................. ....._...___.�_.. V-04 3441.3201 LED Lighting Fixture(A-TI-30 306LEDE70 XXXXX R2 3K HSS) 3441 20 FA 2 $40000 $800.00 ... ..... .. ........._.�__- -- -- ---- --- - --.--..__.--..--------------- --------- - --- V-05 3441.3201 LED Lighting Fixture(ATB2 40BLEDE70 XXXXX R2 3K HSS) 34 41 20 EA 6 $600.00 $3,600.00 V-05 3441.1405 NO2 Insulated Elec Condr 34 41 10 _ LF 882 $2.50 $2,205.00 V-07 2605.3015 2"CONDT PVC SCH 80(T) 26 05 33 LF 882 $13.00 $11,466.00 Total Unit 5 $51,871.00 Unit 6:Landscape Vi-01 9999.0013 Monument Sign 99 99 00 EA 2 $30,000.00 $60,000.00 VI-02 3291-0100 Topsoil 32 9i 19 CY 400 $24.75 $9,900.00 Vt-03 3292.0100 Block Sod Placement 32 92 13 Sy 3700 __ $3.46 $12,802.00 VI-04 3293.0102 Plant 2"Tree 329343 EA 2 $515.00 $1,030.00 VI-05 9999.0014 Landscaping(Center Island) 99 98 00 LS 1 $50,000.00 $50,000.04 VI-06 9999.0015 Allowance-irrigation Restoration 99 99 00 EA 100001 $1-00 $10.000.00 Total Unit 6 $143,732.60 Unit 1:Signage and Pavement Markings VII-01 3441.4003 Fumishllnstall Alum Sign Ground Mount City Std. 34 41 30 _ _ EA 40 $290.00 $11,600.00 VII-02 3441.4004 Fumishllnslall Alum Sign Ex.Pole Mount 34 41 30 EA 25 $290.00 $7,250.00 Vli-03 3217.1002 Lane Le end Arrow 3217 - EA 2 $185.00 _ $370.00 VII-04 3217.1003 Lane LegendDBLArrow 321723 EA 6 $345.00 $2,070.00 VII-05 3217.0001 4"SLD Pvmt Marking HAS(W) 32 17 23 LF 90 $1.00 $90.00 Vkl-06 3217 0201 8"SLD Pvmt Marking HAS(W) 32 17 23 LF 432 $3.00 $1,296.00 VII-07 3217.0501 24"SLD Pvmt Marking HAE{W) 32 17 23 LF 420 $8.00 $3,360.00 VIl-OB 3217.0401 16SLD Pvml Marking HAE(W) 32 17 23 LF 106 $6.00 $636.00 VII-09 3217.0002 4"SLD Pvmt Marking HAS(Y) 32 17 23 LF 1610 $1.00 $1,610.00 VII-10 3217.4202 8"SLU Pvmt Mar[ting HAS(Y} 32 17 23 LF 240 $2-00 $480.00 VII-11 3217.2103 REFL Raised Marker TY II A A 32 17 23 EA 31 $4.00 $124.00 VII-12 3217.2104 REFL Raised Marker TY II-C-R 32 17 23 EA 9 $4.00 $36.00 VII-13 3441.4108 Remove Sign Panel and Past - 344130 30_ EA __ _ 2 $100.00 $200.00 VII-14 9999.0017 SA-SO Solar-Powered Rectangular Rapid Flashing Beacon 999900 EA B $4,000.00 $32,004.00 VII-15 9999.0018 Remove and Relocate Barricades 99 99 00 LF 96 $20.00 $1,924.00 Total Unit 7 $63,042.00 TOW Bid $1,482,011.00 END OF SECi7ON Add,nd"m 2 CrIYOF FORT WORTH Wealpod Part,v"y ImgmanrnN l'hnse I SPANIARD CO MUCfION SPECBRCATION D0C[I6IENTS city P,j-N0270.5 F-R-d20WIW 00 41 00 00 43 13_004243_004337_0114512_003513_]id Pm .iW kbook Add IIID BOND Conforms with The American tnstitute:of Architects,&I.A.Document Pio.AVO KNOW ALL BY THESE-PRIESENTS;That we, McClendon Construction Company, Inc. 548 Memorial Plaza, Burleson, Texas 76024 as.PAncipal,hereinafter called the.Principal, and the Merchants Bonding Company.[Mutual of 101 F. Park Blvd.,#600, Plano, TX 75074 ,a corporation duly organized under the lavas of the State of Iowa ,as Surety,hereinafter called the Surety.,are held and firmly bound onto City of Fort Worth as Obligee,hereinafter called the Obligee, in the sum of *** FIVE PERCENT OF TOTAL AMOUNT BID*** Dollars( 5% TAB ) ;for the payment of which s rn well and:truly to be made,the said Principal acrd the said Surety,bind ourselves,ow-heirs,executors,administrators,successors and assigns,jointly and severally,fira ly by-these presents. WHEREAS,'the Principal has submitted a bid for Westport Parkway Improvements Prase 1 NOW,THEREFORE,,if the Obligee shall accept the bid of-the Principal and.the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond orbonds as may be specified in the bidding.or.Contract Documents with good-arid sufficient surety-for the faithful perforrnance of-such Contract and for°the prompt payment of labor and material furnished in the:prosecution thereof,orian the event of the failum-of the.Principal to enter,such Contract and give such bond or bonds,:if the Principal .shall pay to the.Obligee the difference not to exceed'the penalty hereof between the amount specified In said bid and such larger arummt fpr which.the Obligee may in good faith contract with another party to perform the Work covered by said bid,thea this obligation shall be null and void,otherwise to remain.in.RM force and effect. Signed and scaled tWs 8th day of___................. November 2018 McCI ndon Construction Goff jpany,ine. (Seal) Principal . Witness Title M 14rchants Bonding Company [M ual] Witness By 'Rlyzt Betty J. ee Attorneyin-Fact MERCHANi7s_7�k BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., bath being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Betty J Reeh;Bryan K Moore;Gary Wayne Wheatley;Michael D Hendrickson their true and lawful Attorney(s)-in-Fact, to sign its name as surety(les) 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, 2095 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 o€Attomey 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 aut 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 and/or 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(3iO)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 5th day of April 2097 ``' '���� �^A�+' ' 114. RT� i�/f�� MERCHANTS NATIOMERCHANTS INAL BONDINNG COMPANY G,INC., 2003 :yam: y 1933By +'� - •`ate • �• , •,- °• President STATE OF IOWA t+•"li" "a Fa*'Y«' ''••@ a e+ COUNTY OF DALLAS ss. On this this 5th day of April 2017 before me appeared Larry Taylor,to me personally known, who being by me dryly 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. �A�St s ALICIA K.GRAD Commission Number 767430 My Commission Expires 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 r1 i'` day of ����' 2� 06 !�'~ 2003 ;�py- 1933 ; Secretary �; • a�• - •ate.e� POA 0018 (3/17) '•r".. "..a+•�`• IWERCHANTS BONDING PP IMPORTANT NO'T'ICE 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's 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. t:P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons um erProtection@tdi.state.tx.us 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(1109) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 7 of 9 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount 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 .S NU- Here rrr Fifj;Ar-,. , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached_ Nonresident bidders in the State of Slate ale.,; or Blan . , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of gur company or our parent company or majority owner is in the State of Texas. v BIDDER: McClendon Construction Co., Inc. By: Justin Blair PO Box 999 - Burleson, TX 76097 (Signature) 0 Title: Secretary Treasurer Date: END OF SECTION CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Form Revised 20110627 00 41 0000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook Add 2 004511-1 BIDDERS PREQUALIFICATIONS Page I of 3 1 ,SECTION 00 45 11 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) listed 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 I 1 financial analysis of the contractor. The information must be submitted seven(7)days prior 12 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 31 st 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 18 (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/taxnermit/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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 liability 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 letter as to the status of the prequalification approval. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 004511-3 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July I,2011 004512 PREQUALIFICATION STATMENT Page 8 of 9 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 subcontractor's whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Paving Construction/Reconstruction McClendon Construction Co., Inc 8/1/2019 (LESS THAN 15,000 square yards) Water Transmission, Urban/Renewal, 24-inches and R&D Burns Brothers Inc_ 4/30/2019 smaller Sewer Collection System, Urban/Renewal, 8-inches and R&D Burns BrotherS Inc. 4/30/2019 smaller Roadway and Pedestrian Bean Electrical 3/12/2019 Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: McClendon Construction Co_, Inc. By: Ju PO Box 999 Burleson, TX 76097 (Signature) 0 Title: Secretary Treasurer Date: END OF SECTION CITY OF FORT WORTH Westport Parkway Improvements Phase STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Form Revised 20120120 00 41 0000 43 13_00 42 43_00 43 37_00 45 1200 3513—Bid Proposal Workbook Add 2 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page l 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. 02706. 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: 11 12 McClendon Construction Company, Inc. By: Nn A6,zleryAo -� 13 Company (Please Print) 14 15 PO Box 999 Signature 16 Address 17 18 Burleson,TX 76097 Title: �rCS��Gy� 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority,on this day personally appeared 27 Me'd eady� ,known to me to be the person whose name is 28 subscribed to the foregoingm trument, and acknowledged to me that he/she executed the same as 29 the act and deed ofJC,Jef9�� �D_��n�° . 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 day of 33 y ,20 34 35 36 ��.�uu1�� !MISTY WEBB 1�Ogp.PY p(��/••� 37 _ , Ma Notary Public,State of Texas ary ubh nand for the State of Texas - � comm.Expires 01-09-2022 38 '•a"iof4s:•``` Notary 1D 126838467 39 END OF SECTION 40 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MSE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MSE PROJECT GOALS 14 The City's MBE goal on this project is 20% of the total bid value of the contract (Base bid applies to 15 Parks and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MSE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 31 Pelivcr the MBE docu=-0ation in petson to the appropriate employee of the ptu'thasing division and 32 bbtain a date/time receipt. Such receipt shisil be evidence that the City mcivod the documunlation in the 33 .11 me allocated. A faxed andfor emailed copy wi11 not he accepted. 34 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. 35 CITY OF FORT WORTH Westport Parkway Improvements Phase i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 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 MIWBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Westport Parkway Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised June 9,2015 00 52 43-t Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on V1vQr 6.-"s made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City), and McClendon Construction Co., Inc., authorized to do business in Texas, acting by 7 and through its duly authorized representative, ("Contractor'). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article L WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Westport Parkway Improvements Phase I 17 City Proiect#02706 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount,in current funds, of One Million Four Hundred Eighty Two Thousand 21 Eleven Dollars ($ 1,482,011.00). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 210 calendar days after the date 25 when the Contract Time commences to run, as provided in Paragraph 2,03 of the General 26 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 27 General Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City One Thousand Dollars ($1,000) 36 for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance 37 until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised 11.15.17 005243-2 Agreement Page 2 of 5 38 Article 5.CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non-Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents (project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 c. Performance Bond 53 f. Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Utilization Form 57 3. General Conditions. 58 4. Supplementary Conditions. 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 61 Contents of the Project's Contract Documents. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued,become an incorporated part of the Contract Documents: 67 a. Notice to Proceed. 68 b. Field Orders. 69 c. Change Orders. 70 d. Letter of Final Acceptance. 71 72 Article 6.INDEMNIFICATION 73 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of, the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is soecifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damasses being 79 sought were caused, in whole or-hp part, by_any act_,_omission or negligence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs, expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised 11.15.17 005243-3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city,its officers, servants and employees,from and against any and all loss,damage 86 or destruction of property of the city, arising out of,or alleged to arise out of,the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is alleged or 90 proven that all or some of the damages being sought were caused in whole or in part, 91 by any act, omission or negligence of the city. 92 93 Article 7.MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. 110 This Agreement, including all of the Contract Documents is performable in the ,State of 111 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas,Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 115 than the duly authorized signatory of the Contractor. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 120 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECEFICATION DOCUMENTS City Project 402706 Revised 11.15.17 005243-4 Agreement Page 4 of 5 122 The terms "boycott Israel"and"company" shall have the meanings ascribed to those terms 123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification to the City that 125 Contractor. (I) does not boycott Israel; and(2) will not boycott Israel during the term of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perform work under this Agreement, including completing the Employment Eligibility 131 Verification Form(I-9). Upon request by City, Contractor shall provide City with copies of 132 all I-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately terminate this Agreement for violations of 141 this provision by Contractor. 142 143 7.9 No Third-Party Beneficiaries. 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third-party beneficiaries. 146 147 7.10 No Cause of Action Against Engineer. 148 Contractor,its subcontractors and equipment and materials suppliers on the PROJECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 154 in any way responsible for those duties that belong to the City and/or the City's construction 155 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 161 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW 165 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised 11.15.17 005243-5 Agreement Page 5 of 5 166 167 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 168 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 169 Date"). 170 Contractor: McClendon City of Fort Worth Construction Co., Inc. By: Susan Alanis By: istant City Manager (Signature) Date �,� �t �� '` 0R� :t Attest: (Printed Name) City Secr to Title: re,5,'616h (Seal) Address: PO Box 999 XN M&C Date: t !S lq Farm 1295 No t&" aLf47,�7- City/State/Zip: Burleson,TX 76097 Contract Compliance Manager: f p By signing, I acknowledge that I am the person responsible for the monitoring and Date administration of this contract,including ensuring all performance and reporting requirements. i v r itch Aiton, P.E. Sr. Project Manager ov� as to Form and Legality: Douglas W. Black Assistant City Attorney 171 172 APPRO RECO 4NED: 173 174 175 SKeve oke 176 INTERIM DIRECTOR, 177 Transportation and Public Works 178 CITY OF FORT WORTH westpaFFAR'06 mee s�Pha�e I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Jy Revised 11.15.17TH,''X Bond NumberTXC610863 0061 13-1 PERFOWMANCE BOND Page I of 2 I SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, McClcndon Construction Co..Inc,known as"Principal"herein and 9 Merchants Bonding Company[Mutual] ,a corporate surety(sureties, if more than 10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one I I or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created 12 pursuant to the laws of Texas, known as"City"herein,in the penal sum of,One Million )Four 13 Hundred Eiehiv Two Thousand Eleven Dollars($ 1.482.011.00), lawful money of the United 14 States.to be paid in Fort Worth.Tarrant County,Texas for the payment of which sum well and 15 truly to be made,we bind ourselves,our heirs,executors,administrators,successors and assigns, 16 jointly and severally, firmly by these presents. 17 WHEREAS.the Principal has entered into a certain written contract with the City 18 awarded the— J- day of �t✓li)Q .20 which Contract is hereby referred to and 19 made a part hereof for all purposes ask fully set forth herein.to furnish all materials,equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orden,as provided for in said Contract designated as Westport Parkway Improvements Phase 1. 22 City Project 402706 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders,under the Contract.according to the plans. 26 specifications,and contract documents therein referred to,and as well during any period of 27 extension of the Contract that may be granted on the part of the City,then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort 31 Worth Division. CITY Of FORT vlORT11 Weapon Parkway Iminewmcnu Phase i STANDARD CONSTRUC71ON SPECIFICATION DOCUMENTS City Project N02706 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WTrP ESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 1 day of 6 20�. 7 PRINCIPAL: 8 McCiendort Co struction Co. Inc. 9 10 l 1 BY: 12 4isna 13 14 I , 15 'Nry /1'��/fn ►1 �r[g/ stn ATTEST: 16 ipal) afy Name and Title 17 I8 Aadress: PU Box 999 19 �leson.TX 76097 20 21 22 ;n. ss 806 Principal 23 SURETY: 24 Merch is Bonding Co pany[Mutual] 25 76 27 BY: 28 sign e 29 30 Betty J. Reeh,Attorney-in-Fact 31 Name and'title 32 33 Address- PO Box 14498 34 Des Moines, 35 36 11 1101 37 Wltltt ss as to Surety Telephone Number: 515.243.8171 38 39 40 41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address,both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CrTY OF FORT WORTH Westport Parkway Improvements Pleas$I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project N02706 Revised July 1,2011 MERCHANTS BONDING COMPANY,. POURER OF AnORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the Stale of Iowa(herein collectively called the'Companies)do hereby make,constitute and appoint,individually. Andrew Addison;Betty J Reeh;Bryan K Moore;Gary Wayne Wheatley Michael D Hendrickson;Patricia Ann Lyltle their tare and lawful Altomey(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 MerchanlsNational 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 A.ttomeys•in-Fect,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 lndemnily 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 Attomey or Certification [hereof 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 fired:' In connection with obligations In favor of the Florida Department of Transportation only,it is agreed that The pourer and aut 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 Floida Department of Transportation. It is fully understood that consenting to the Slate of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surely 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 Atlomey-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 71h day of January ,2019 A10�Vi q(••••. DING Co. y �® ��0,' �o�aRPa,p •'�q' MERCHANTS®ANDING COMPANY(MUTUAL) �, J,•�. MERCHANTS NATIONAL BONDING,INC. ice 2003 1 % 1933 '•. /'' 7,.• .•k► '.r o00 President STATE OF IOWA ��•••un•.■■�� ••••.••• COUNTY OF DALLAS ss. On this [his 7th dayof January 2019 before me appeared Larry Taylor,to me personally known,who being by me duty swam rid 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 thelr respective Boards of Directors. h .lnt AUCIA It.GRAM o q Commission Number 767430 Z '`"'•i' My Commission expires ' + r° 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 l Lo day 0N4l''. •.a01N..,Cpl•. ft: �q�Alq��p$, fib,OPA9q:°�y v'. X403 ::q: �', 1933 b•' ; Secretary ;.•��� � •.�6�� {` `cacti. POA 0018 (3117) ■'•••••••,•• •••• Bond NumberTXC610863 006114-1 PAYMENT BOND Page 1 of? I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 S That weConstruction Co. Inc., known as "Principal" herein, and 9 Merchants Bonding Company[Mutual] a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein I1 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City' herein, in the 13 penal sum of One Million Four Hundred Eighty Two Thousand Eleven Dollars 14 ($1,482,011.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County. 15 Texas, for the payment of which sum well and truly be made, we bind ourselves. our heirs, 16 executors,administrators,successors and assigns,jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City,awarded the 18 J day of 7v1uu1 20—L, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein,to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and designated as Westport Parkway Improvements Phase I,City Project P02706 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code,as amended)in the prosecution of the Work under 25 the Contract,then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 Accordance with the provisions of said statute. 30 CrTY OF FORT WORTH W01PO l Parkway Itttpravementa Phar STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prnjectlr02706 Revised July I,2011 I 0061, 14-2 PAYMENT BOND P"c2of2 1 Ili WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this *nstrument by duly authorized agents and officers on this the 1 day of 3 )qjV1 04 .20j-q—. 4 PRINCIPAL: McClendon Construction Co..Inc. ATTEST: BY && Signature ncipal) ec taty Name and Title Address: )x 999 Burleson,TX 761)97 W' ness as-14 Principal SURETY: MerchantA Bonding Compa [Mutual] /y/yATTEST: B Y: L�r- (n YAU-/ 5 gnature Betty J.Reeh,Attorney-in-Fact (SaWS&affffif,witnes.,q Name and Title Address: PO Box 14498 Des Moines, IA 50306 Witness as to Surel Y Telephone Number: 515.243.8171 S 6 Note: if signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 to The date of the bond shall not be prior to the date the Contract is awarded. i 1 ENA OF SECTION 12 CITY OF FORT WORTH Walport Parkwej Improvements PhaL I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Fmject 002706 Revised July 1.2011 FRCHAN�M BONDING COAri PANY,• POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC_ both being carporetions of the State of Iowa(herein collectively called the'Companies')do hereby make•constitute and appoint.individually. Andrew Addison;Betty J Reeh;Bryan K Moore;Gary Wayne Wheatley;Michael 0 Hendrickson;Patricia Ann Lyttle their true and lawful Attorney(s)-in-Fact,to sign Its name as surely(les) 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 Allorney is granted and Is signed and sealed by facsimile under and by authority of the following ByLaws 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 MerchentsNallonal 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 or 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 soused 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 aut hority hereby given to the Altorneyin-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 and/or 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 Atlomeyin-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 mortification or revocation. In Wllness Whereof.the Companies have caused this instrument to be signed and sealed this Ah day of January .2019 r••,,��,At,aNAt ., v��� cod•.• o y; LP OftBONDING y�•- O%d ;�O�ORPOy4�gy�• MERCHANTSNATIONAL BONDING,INC.) :r--'Ale �= 2003 d- 1933 c: By �r •9 , •. ly \ President STATE OF IOWA ••+`+'�+,a`++�+•• �.••r r s e.•• COUNTY OF DALLAS ss. On this this 7th day or January 2019 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. hT'Rinc s AL)CIA K.GRAM o v Commission Number 767430 Aly Commission Expires q ' fovyi- April f,2020 Notary Pubffc (Expiration of notary's commission does not invalidate this Instrument) I,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 seat of the Companies on this 4��aay ofZAU-011,Z0t9 .�� 10N 4••,• �1NG•Cj 00 0. 2003 ;�p 1933 �:C' Secretary POA 0018(3117) '`•',•••••••••• ••• Bond Number TXC610863 00 6119-1 MAINMNANCE BOND Page I of 3 I SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS � 5 KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRAN'I' § 1 8 That we,McClendon Constructlon Co..—Inc-,known as"Principal"herein and 9 Merchants Bonding Company[Mutual] ,a corporate surety(sureties,if more than 10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 1 I or move),ave held and firmly bound unto the City of Fort Worth,a municipal corporation created 12 pursuant to the laws of the State of Texas,known as"City"herein,in the sum of One Million 13 Pour Hundred Ejgk '1<wa Tbousnnd Eleven Dollars(51.4112.011.00),lawful money of the 14 United States,to be paid in Fort Worth,Tarrant County,Texas,for payment of which sum well 15 and truly be made unto the City and its successors,we bind ourselves,our heirs,executors, 16 administrators,successors and assigns,jointly and severally,fumly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the 15' day of .fit 000t-T),' 2Q R,which Contract is hereby 20 referred to and a made pant hereof for all purposes as if fully set forth herein,to furnish all 21 materials,equipment labor and other accessories as defined by law,in the prosecution of the 22 Work,including any Work resulting from a duly authorized Change Order(collectively herein, 23 the"Work")as provided for in said contract and designated as Westport Parkway Improvements 24 Phase I,City Project#102706;and 25 26 WHEREAS,Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans,specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Pcriod"),and 30 31 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH wesgwn Parkw"Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION OOCUMEIYTS City Project 1102706 Revised July 1,2011 0061 19.2 MAINTENANCE BOND Page 2 ora 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective'Work,for which timely notice was provided by City,to a completion 3 satisfactory to the City, then this obligation shall become null and void;otherwise to remain in 4 full force and effect. s G PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work,it is agrued that the City may cause any and all such defective Work to B be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond;and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venuc shall lie in 12 Tarrant County,Texas or tho United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDE,V FURTHER,,that this obligation shall be continuous in stature and ib successive recovefies may be had hereon for successive breaches. 17 Is 19 CrrY OF FORT WORTH Wc31 M ft*rJey Jmprsvemenu Phan J STANDARD CONSTIRUL 1'[ON SPECIFICATION DOCUMEN iS Cily Pwject 802706 Revised July 1,2011 006119-3 MAINTENANCE©OND Page 3 or I IN WITMESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the ��o day or a 3 .20_a S PRINCIPAL, 6 LmcClendon Construction Co..Inc. 9 _ 9 13Y• l0 �ipgnaturc 11 ATTEST: l2 13 Ian Tl,_Z1e_g1,1 r t-e�, w d-' 14 Incipal)Sec Name and Title is 16 Address: 0 0 17 Burleson.TX 76092 18 .� 19 t — 20 1 tncss as Principal 21 SURETY: 22 Merchant Bonding Comany[Mutual] 23 24 25 BY: 26 4191ilat 27 28 Betty J. Reeh,Attonrey-in-Fact 29 ATT11ST: Name and Title 30 1 1 31 ---? Address: PO Box 14498 32 ykaWft MM64Witne5 Des Moines, IA 50306 33 34 35 Witness as to Surety Telephone Number:515.243.8171 36 37 *Note: ]f signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WOR11I Wenrion Pnrkmuy Imprnyememx Pl I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl l/0I70G Revised July 1,2611 J J ERCHAPR_ 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 Stale of Iowa(herein collectively called Ihe'Companies")do hereby make,constitute and appoint,individually, Andrew Addison;Betty J Reeh;Bryan K Moore;Gary Wayne Wheatley;Michael 0 Hendrickson;Patricia Ann Lyltle their true and lawful Attomey(s}in-Fact,to sign its name as surety(ies) and to execute, soul 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 March ants National Banding,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 authordy 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,recognizences,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 Pacer of Attorney or Certification thereof authorizing the execution and delivery of any band, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the some 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 alit 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 Slate of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under Its bond. In connection with obligations in favor of(tie Kentucky Department of Highways only,it Is agreed that the power end 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 Ah day of January .2019 a�� y-U•rMERCHANTS BONDING COMPANY� Oip� 9$a MERCHANTS NA TtOMAL BONDING,(NC.(MUTUAL)IN • • • m 2003 ;�? y ita33 r C: By '�: •Jct;• ,�,:' •�'•,.,�'''�'"�'��.•• •'.-�yl"��� �1�% President STATE OF IOWA ���'•'��•""'� �'• •' COUNTY OF DALLAS ss. On[his this 7th dayof January 2019 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 Seats 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. AL)CIA K.GRAM o v Commission Number 767430 _ My Commission Expires • April t,2020 Alotary 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-0F ATTORNEY executed by said Companies,which is still in full force and effect and has not been emended or revoked. -�— In Witness Whereof,I have hereunto set my hand and affixed the seal of the Compante3 on this k day ofd �tluC�1 �; _ off j2003 y 1933 e; Secrefary POA 0018(3/17) '''••'••�•••,•••' °••••••• BONDING 'COQ A IBJ �` 111V111C ®RTAl V T 1 V®MC E 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's toll-free telephone number for information or to make a complaint at: 1-800-673-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-500-252-3439 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.state.tx.us 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(1/09) ��' 0 DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 2/512016 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(ies) 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 IBTX Risk Services NAME: Mashondi Pa ne 6363 State Highway 161 ACNE t• 214-989-7100 1 arc No):214-596-9030 Suite 900 AnnRLEss: service@ib-tx.com Irving TX 75038 INSURERS AFFORDING COVERAGE NAIC# INSURER A:Amerisure Mutual Insurance Company 23396 INSURED MCCLCON-01 INSURER B:Amerisure Insurance Company 19488 McClendon Construction Company, Inc. PO Box 996 INSURER C: Great American Insurance Company 16691 Burleson TX 76028 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:600289283 REVISION NUMBER: THIS IS 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE 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 TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MMIDDIYYYY MMIDDfYYYY A X COMMERCIAL GENERAL LIABILITY CPP2111179 1/31/2019 1/31/2020 EACH OCCURRENCE $1,000,000 CLAIMS-MADEDAMAGE TO RENTED F-1 OCCUR PREMISES Ea occurrence $100,000 X Contractual Liab MED EXP(Any one person) $5,000 X XCU PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY JELOC PRODUCTS-COMPIOP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY CA 2111178 1/31/2019 1/31/2020 COMBINED SINGLF LIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED id Per accent AUTOS ONLY AUTOS BODILY INJURY( ) $ X HIREDX NON-OWNED PROPERTYDAMAGE $ AUTOS ONLY AUTOS ONLY Per accidenl $ G X UMBRELLA LIAB X OCCUR TUU 301773000 1131!2019 1/31/2020 EACH OCCURRENCE $6,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $6,000,000 DED I X I RETENTION $ B WORKERS COMPENSATION WC 2000080 1/31/2019 1/31/2020 X STATUTE OERH AND EMPLOYERS'LIABILITY Y I N ANYPROPRIETORIPARTNEPJEXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBEREXCLUDED? NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES ( 101,Additional Remarks Schedule,may be attached if more space is required) The General Liability,Automobile policies include a blanket additional insured endorsement[CG7085 14115,CA7165 09111]as required in a written contract with the named insured.The General Liability,Automobile,and Workers'Compensation policies include a blanket waiver Of subrogation endorsement[CG7063 04117,CA7118 11/09,WC420304]as required in a written contract with the named insured. Primary Non-Contributory wording per endorsement[CG7085 10115,CA7165 09/11].Contractual Liability for Railroads applies[CG7063 04117, CA7118 11/09].Cancellation per attached[IL7066 07114, IL7045 05107]. RE: Project:Westport Parkway Improvements Phase 1,200 Texas St,Fort Worth,TX 76102 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. 200 Texas St Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Polley Number Agency Number Policy Effective Date CPP2111179 0755324 01/31/2019 Policy Expiration Date Date Account Number 01/31/2020 01/31/2019 Named Insured Agency Issuing Company McClendon Construction Company, Inc. I B T X - LAS COLINAS AMERISURE MUTUAL INSURANCE COMPANY 1. a. SECTION II-WHO IS AN INSURED is amended to add as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. b. The written contract or written agreement must: (1) Require additional insured status for a time period during the term of this policy; and (2) Be executed prior to the"bodily injury", "property damage", or"personal and advertising injury"leading to a claim underthis policy. c. If, however: (1) "Your work" began under a letter of intent or work order; and (2) The letter of intent or work order led to a written contractor written agreement within 30 days of beginning such work; and (3) Your customer's customary contracts require persons or organizations to be named as additional insureds; we will provide additional insured status as specified in this endorsement. 2. The insurance provided under this endorsement is limited as follows: a. That person or organization is an additional insured only with respect to liability caused, in whole or in part, by: (1) Premises you: (a)own; (b)Rent; (G)Lease; or (d)Occupy; (2) Ongoing operations performed by you or on your behalf. Ongoing operations does not apply to"bodily injury"or"property damage"occurring after: (a) All work to be performed by you or on your behalf forthe additional insured(s)at the site of the covered operations is complete, including related materials, parts or equipment(otherthan service, maintenance or repairs); or (b) That portion of"your work"out of which the injury or damage arises is put to its intended use by any person or organization other than another contractor working for a principal as a part of the same project. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 10 15 Pages 1 of 3 (3) Completed operations coverage, but only If: (a) The written contractor written agreement requires completed operations coverage or"your work" coverage; and (b) This coverage part provides coverage for"bodily injury"or"property damage" included within the "products-completed operations hazard". However,the insurance afforded to such additional insured only applies to the extent permitted by law. b. If the written contract or written agreement: (1) Requires"arising out of"language; or (2) Requires you to provide additional insured coverage to that person or organization by the use of either or both of the following: (a) Additional Insured—Owners, Lessees or Contractors—Scheduled Person Or Organization endorsement CG 2010 10 01; or (b) Additional Insured—Owners, Lessees or Contractors—Completed Operations endorsement CG 20 37 10 01; then the phrase"caused, in whole or in part, by" in paragraph 2.a.above is replaced by"arising out of'. c. If the written contract or written agreement requires you to provide additional insured coverage to that person or organization by the use of: (1) Additional Insured—Owners, Lessees or Contractors—Scheduled Person Or Organization endorsement CG 20 10 07 04 or CG 20 10 04 13; or (2) Additional Insured—Owners, Lessees or Contractors—Completed Operations endorsement CG 20 37 07 04 or CG 20 37 0413; or (3) Both those endorsements with either of those edition dates;or (4) Eitheror both of the following: (a) Additional Insured—Owners, Lessees or Contractors—Scheduled Person Or Organization endorsement CG 2010 without an edition date specified; or (b) Additional Insured—Owners, Lessees or Contractors—Completed Operations endorsement CG 20 37 without an edition date specified; then paragraph 2.a.above applies. d. Premises, as respects paragraph 2.a.(1)above, include common or public areas about such premises if so required in the written contract orwritten agreement. e. Additional insured status provided under paragraphs 2.a.(1)(b)or 2.a.(1)(c) above does not extend beyond the end of a premises lease or rental agreement. f. The limits of insurance that apply to the additional insured are the least of those specified in the: (1) Written contract; (2) Written agreement; or (3) Declarations of this policy, The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations. g. The Insurance provided to the additional insured does not apply to"bodily injury", "property damage", or "personal and advertising injury"arising out of an architect's, engineer's, or surveyor's rendering of, or failure to render, any professional services, including but not limited to: (1) The preparing, approving, or failing to prepare or approve: (a) Maps; (b) Drawings; (c) Opinions; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 3 CG 70 85 10 15 (d) Reports; (e)Surveys; (f] Change orders; (g) Design specifications; and (2) Supervisory, inspection, or engineering services. h. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4.Other Insurance is deleted and replaced with the following: 4. Other Insurance. Coverage provided bythis endorsement is excess over any other valid and collectible insurance available to the additional insured whether: a. Primary; b. Excess; c. Contingent; or d.On any other basis; but if the written contract or written agreement requires primary and non-contributory coverage,this insurance will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured,and we will not share with that other insurance. i. If the written contract or written agreement as outlined above requires additional insured status by use of CG 20 10 11 85, then the coverage provided under this CG 70 85 endorsement does not apply except for paragraph 2.h.Other Insurance. Additional insured status is limited to that provided by CG 20 10 11 85 shown below and paragraph 2.h.Other Insurance shown above. ADDITIONAL INSURED-OWNERS,LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided underthe following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanketwhere required bywritten contract orwritten agreementthat the terms of CG 20 10 1185 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED(Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or far you. CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984 j. The insurance provided by this endorsement does not apply to any premises or work for which the person or organization is specifically listed as an additional insured on another endorsement attached to this policy. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 10 15 Pages 3 of 3 IVFUVICU IIVOUfICU. IVILIiLCIVUVIV 4VIV01 RVI.i 1 IVIV LVIVIrt11V f, IIVU. POLICY NUMBER; CPP2111179 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT TABLE OF CONTENTS Pa e 1. Additional Definitions 9 2. Aggregate Limits Per Location 7 3. Aggregate Limits Per Project 6 4. Blanket Contractual Liability– Railroads 3 5. Broadened Bodily Injury Coverage 10 6. Broadened Knowledge Of Occurrence 8 7. Broadened Legal Liability Coverage For Landlord's Business Personal Property 7 8. Broadened Liability Coverage For Damage To Your Product And Your Work 10 9. Broadened Who Is An Insured 3 10. Co-Employee Bodily Injury Coverage for Managers, Supervisors, Directors or Officers 4 see provision 9, Broadened Who Is An Insured, paragraph 2.a.(1)1 11. Contractual Liability– Personal And Advertising Injury 3 12. Damage To Premises Rented To You–Specific Perils and Increased Limit 7 13. Designated Completed Projects--Amended Limits of Insurance 11 14. Extended Notice Of Cancellation And Nonrenewal 8 15. Incidental Malpractice Liability 6 16. Increased Medical Payments Limit 7 17. Mobile Equipment Redefined 9 18. Nonowned Watercraft 3- 19. Product Recall Expense 2 20. Property Damage Liability–Alienated Premises 2 21. Property Damage Liability– Elevators And Sidetrack A reements 2 22. Property Damage Liability– Property Loaned To The Insured Or Personal Property In The Care, 2 Custody And Control Of The Insured 23. Reasonable Force–Bodily Ina 10 24. Su lementa Payments 3 25. Transfer Of Rights Blanket Waiver Of Subrogation) 8 26. Unintentional Failure To Disclose Hazards 8 Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 1 of 11 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I—COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1.through 6.of this endorsement are excess over any valid and collectible insurance (including any deductible)available to the insured, whether primary, excess or contingent (SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is changed accordingly). Provisions 1.through 6.of this endorsement amend the policy as follows: 1. PROPERTY DAMAGE LIABILITY—ALIENATED PREMISES A. Exclusion j. Damage to Property, subparagraph (2)is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property; Paragraph (2)of this exclusion does not apply if the premises are"your work" and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY—ELEVATORS AND SIDETRACK AGREEMENT'S A. Exclusion j. Damage to Property, paragraphs (3), (4), and (6)do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 3. PROPERTY DAMAGE LIABILITY—PROPERTY LOANED TO THE INSURED OR PERSONAL PROPERTY IN THE CARE, CUSTODY AND CONTROL OF THE INSURED A. Exclusion j. Damage to Property, paragraphs (3) and (4)are deleted.. B. Coverage under this provision 3. does not apply to "property damage"that exceeds $25,000 per occurrence or$25,000 annual aggregate. 4. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses"that you incur for the "covered recall' of"your product'. This exception to the exclusion does not apply to"product recall expenses" resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of"your product", which has been recalled, by like products or substitutes; 5. Caprice or whim of the insured; 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of"your product(s)"that have no known or suspected defect solely because a known or suspected defect in another of"your product(s)" has been found. B. Under SECTION Ill—LIMITS OF INSURANCE, paragraph 3.is replaced in its entirety as follows and paragraph 8. is added: 3. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of: Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 11 CG 70 63 04 17 a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY because of"bodily injury" and "property damage" included in the "products-completed operations hazard" and b. "Product recall expenses". 8. Subject to paragraph 5.above [of the CGL Coverage Form], $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. 5. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto or Watercraft, paragraph (2) is deleted and replaced with the following: [This exclusion does not apply to:] (2) A watercraft you do not own that is: (a) Less than 75 feet long; and (b) Not being used to carry any person or property for a charge; 6. BLANKET CONTRACTUAL LIABILITY—RAILROADS Under SECTION V DEFINITIONS, paragraph c. of"Insured Contract' is deleted and replaced by the following: C. Any easement or license agreement; Under SECTION V—DEFINITIONS, paragraph f.(1) of"Insured Contract' is deleted. 7. CONTRACTUAL LIABILITY—PERSONAL AND ADVERTISING INJURY Under SECTION I—COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 8. SUPPLEMENTARY PAYMENTS Under SECTION I—SUPPLEMENTARY PAYMENTS-- COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to$5,000 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. 9. BROADENED WHO IS AN INSURED SECTION Il—WHO IS AN INSURED is deleted and replaced with the following: 1. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner. b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. C. A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership,joint venture or limited liability company, you are an insured. Your"executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 3 of 11 2. Each of the following is also an insured: a. Your"volunteer workers"only while performing duties related to the conduct of your business, or your"employees," other than either your"executive officers," (if you are an organization other than a partnership,joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees"or"volunteer workers" are insured for: (1) "Bodily injury" or"personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee"while in the course of his or her employment or performing duties related to the conduct of your business, or to your other"volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a)or(b)above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 10. of this endorsement. Paragraphs (1)(a), (1)(b)and (1)(C) above do not apply to your"employees"who are: (i) Managers; (ii) Supervisors; (iii) Directors; or (iv) Officers; with respect to"bodily injury"to a co-"employee". (2) "Property damage"to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your"employees," "volunteer workers", any partner or member(if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your"employee" or"volunteer worker'), or any organization while acting as your real estate manager. c. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such, That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 11 CG 70 63 0417 f. Any person or organization, including any manager, owner, lessor, mortgagee, assignee or receiver of premises, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises or land leased to you, including common or public areas about such premises or land if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any "occurrence"that takes place after you cease to occupy or lease that premises or land; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. g. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) "Bodily injury", "property damage", "personal and advertising injury" arising out of operations performed for the state or municipality; or (2) "Bodily injury"or"property damage" included within the "products-completed operations hazard." h. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your supervision. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, is an insured with respect to any"occurrence"that takes place after the equipment lease expires. i. Any architect, engineer, or surveyor engaged by you under a written contract but only with respect to liability arising out of your premises or"your work." However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property damage,"or"personal and advertising injury" arising out of the rendering of or the failure to render any professional services by or for you, 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 paragraph i. does not apply if a separate Additional Insured endorsement providing liability coverage for architects, engineers, or surveyors engaged by you is attached to the policy. If the written contract or written agreement requires primary and non-contributory coverage, the insurance provided by paragraphs f.through i.above will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 3. Any organization you newly acquire or form, other than a partnership,joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to"bodily injury" or"property damage"that occurred before you acquired or formed the organization; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 5 of 11 C. Coverage IS does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor)with whom you agreed under a written contract to provide insurance is an insured, but only with respect to "bodily injury" or"property damage" arising out of"your products"that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect 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; c. Any physical or chemical change in "your 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"your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "your product'; g. "Your 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: (1) The exceptions contained in subparagraphs d. orf.; or (2) 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. This paragraph 4.does not apply to any insured person or organization from which you have acquired "your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". This paragraph 4. also does not apply if a separate Additional Insured endorsement, providing liability coverage for"bodily injury" or"property damage" arising out of"your product" that is distributed or sold in the regular course of a vendor's business, is attached to the policy. No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 10. INCIDENTAL MALPRACTICE LIABILITY As respects provision 9., SECTION II—WHO IS AN INSURED, paragraph 2.a.(1)(d)does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your"employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis. Under SECTION III— LIMITS OF INSURANCE, provisions 11.through 14. of this endorsement amend the policy as follows: 11. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 11 CG 70 63 0417 12. AGGREGATE LIMITS PER LOCATION The General Aggregate Limit applies separately to each of your locations, but only when required by written contract or written agreement. As respects this provision 12., your locations are premises you own, rent or use 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. However, your locations do not include any premises where you, or others acting on your behalf, are performing construction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A. SECTION III— LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III—LIMITS OF INSURANCE and is the greater of: 1. $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. B. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU —SPECIFIC PERILS AND INCREASED LIMIT A. The word fire is changed to "specific perils"where it appears in: 1. The last paragraph of SECTION I—COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.b. Excess Insurance, B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a "specific peril' or any combination of"specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III--- LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000; or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I — COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. E. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or"water damage". "Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 15. BROADENED LEGAL LIABILITY COVERAGE FOR LANDLORD'S BUSINESS PERSONAL PROPERTY Under SECTION I— COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions,j. Damage to Property, the first paragraph following paragraph (6) is deleted and replaced with the following: Paragraphs(1), (3)and (4)of this exclusion do not apply to "property damage" (other than damage by fire)to a landlord's business personal property that is subject to, or part of, a premises lease or rental agreement with that landlord. The most we will pay for damages under this provision 15. is$10,000. A$250 deductible applies. Under SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 16.through 18. of this endorsement amend the policy as follows: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 7 of 11 16. BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e.and f.are added as follows: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence" or an offense by your"employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers,"directors, or managers has knowledge of the 'occurrence" or offense. To the extent possible, notice should include: (1) How, when and where the 'occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the 'occurrence" or offense. e. If you report an "occurrence"to your workers compensation carrier that develops into a liability claim for which coverage is provided by this Coverage Form, failure to report such an 'occurrence"to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of this "occurrence"to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim. f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense": (1) Give us prompt notice of any discovery or notification that"your product" must be withdrawn or recalled. Include a description of"your product' and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by this Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal. 18. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8.Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit' or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if"your work"was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 19. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Includes copyrighted material of Insurance Services Office, Inc. Page 8 of 11 CG 70 63 04 17 Paragraph 2.b. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9.When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61 st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. C. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 20. MOBILE EQUIPMENT REDEFINED Under SECTION V—DEFINITIONS, paragraph 12. "Mobile equipment", paragraph f. (1) does not apply to self-propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 21. ADDITIONAL DEFINITIONS 1. SECTION V— DEFINITIONS, paragraph 4."Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of"bodily injury," "property damage,"or"personal and advertising injury," including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insured's responsibility to pay damages is determined in a settlement to which we agree or in a "suit"on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V— DEFINITIONS is amended by the addition of the following definitions: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "your product" has resulted or will result in "bodily injury" or"property damage". "Product Recall expenses"mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of"your product"for: a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; c. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of"your products"that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Mage 9 of 11 (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or"property damage". 22. REASONABLE FORCE- BODILY INJURY OR PROPERTY DAMAGE Under SECTION I -COVERAGE A., paragraph 2. Exclusions, subparagraph a. Expected Or Intended Injury is deleted and replaced with the following: [This insurance does not apply to:] a. Expected Or Intended Injury "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. 23. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under SECTION I—COVERAGE A., paragraph 2. Exclusions, exclusion k. Damage to Your Product and exclusion I. Damage to Your Work are deleted and replaced with the following: [This insurance does not apply to:] k. Damage to Your Product "Property damage"to "your product" arising out of it or any part of it, except when caused by or resulting from: (1) Fire; (2) Smoke; (3) "Collapse"; or (4) Explosion. For purposes of exclusion k. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. I. Damage to Your Work "Property damage" to"your work" arising out of it or any part of it and included in the "products-completed operations hazard". This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Fire; (b) Smoke; (c) "Collapse": or (d) Explosion. For purposes of exclusion I. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. B. The following paragraph is added to SECTION III-LIMITS OF INSURANCE: Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 11 CG 70 63 0417 Subject to 5.above [of the CGL Coverage Form], $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one "occurrence" because of"property damage"to"your product" and "your work"that is caused by fire, smoke, collapse or explosion and is included within the "product-completed operations hazard". This sublimit does not apply to "property damage"to "your work" if the damaged work, or the work out of which the damage arises, was performed on your behalf by a subcontractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTION V T DEFINITIONS, the definition of"bodily injury" is deleted and replaced with the following: 3. "Bodily injury" a. Means physical: (1) Injury; (2) Disability; (3) Sickness; or (4) Disease; sustained by a person, including death resulting from any of these at any time. b. Includes mental: (5) Anguish; (6) Injury; (7) Humiliation; (8) Fright; or (9) Shock; directly resulting from any"bodily injury" described in paragraph 3.a. C. All "bodily injury"described in paragraph 3.b. shall be deemed to have occurred at the time the "bodily injury" described in paragraph 3.a. occurred. 25. DESIGNATED COMPLETED PROJECTS --AMENDED LIMITS OF INSURANCE When a written contract or written agreement between you and another party requires project-specific limits of insurance exceeding the limits of this policy; A. for"bodily injury" or"property damage"that occurs within any policy period for which we provided coverage; and S. for"your work" performed within the"products-completed operation hazard"; and C. for which we previously issued Amendment Of Limits Of Insurance (Designated Project Or Premises) CG 71 94 either during this policy term or a prior policy term; and D. that designated project is now complete; the limits of insurance shown in the CG 71 94 schedule will replace the limits of insurance of this policy for the designated project and will continue to apply for the amount of time the written contract or written agreement requires, subject to the state statute of repose of the project location. These limits are inclusive of and not in addition to the replaced limits. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 11 of 11 POLICY NUMBER: CA2111178 COMMERCIAL,AUTO CA 71 65 09 11 THIS ENDORSEMENT CHANGES THE (POLICY. PLEASE DEAD IT CAREFULLY. DESIGNATED INSURED - PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY INSURED CONTRACT OR CERTIFICATE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below. Endorsement Effective: Countersigned By: 01/31/2019 Named Insured: McClendon Construction Company, Inc. (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) 1. Section II —Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any person or organization with whom you have an "insured contract"which requires: i. that person or organization to be added as an "insured" under this policy or on a certificate of insurance; and ii. this policy to be primary and non-contributory to any like insurance available to the person or organization. Each such person or organization is an "insured"for Liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "insured contract". 2. Section IV—Business Auto Conditions, B. General Conditions, 5. Other Insurance, paragraph d. is deleted and replaced by the following for the purpose of this endorsement only: d. When coverage provided under this Coverage Form is also provided under another Coverage Form or policy, we will provide coverage on a primary, non-contributory basis. Includes copyrighted material of Insurance Services Office, Inc. with its permission. NAMED INSURED; MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CA2111178 THIS ENDORSEMENT CHANGIES THE POLICY, PLEASE READ ITCARE'FULLY. TEXAS ADVANTAGE COMMERC IAL.AUT M08ILE BROAD FORM EN DORSIE MENT This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. The premium forlhis endorsement is$ 9-250,00 1. BROAD FORM INSURED SECTION 11 -L.IA01.1TY COVERAGE,A,1,Who Is An Insnr'ed iv umoruiad by the add ItIon of[ha following. d. Any organization you newly acquire or form,other than a partnership,jolrnt venture or Ilm Red liability company,and over which you maintain ownership ora majority interest,will quality as a Named Insured. However, (1) Coverages under this provlslon Is afforded only until the end of the policy period; (2) Coverage does not apply to"accidents"or"loss"that occurred before you acquired or formed the organization;and (3) Coverage does not apply to an organization that Is an"Insured"under any other policy or would bean "Insured"but for its termination or the exhausting of its limit of insurance. a. any"employee"of yours using: (1) A covered"auto"you do not own,hire or borrow, or a covered"auto'not owned by the"employee"or a member of his or her household,while performing duties related to the conduct of your business or your personal affairs; or (2) An"auto"hired or rented u nder a contract or agreement in that"employee's"name,with your permission,while performing duties related to the conduct of your business. However,your "empluyee'does not qualify as an Insured under this paragraph (2)while using a covered"auto" rented from you orfrom any member of the"employee's"household, f. Your members,if you are a limited liability company,while using a covered"auto"you do not own,hire or borrow and while performing duties related to the conduct of your business or your personal affairs. g. Ar)y person ar urguiifiation with Aiom you agree In a w^ilIon conlracl,wrlt1err ttgmoinent c perrollr tD provide I nsurar M 84Ich as Is afforded under this p olicy, bal only wlth respecl to you covered"autus". This provision does not apply: (1) Unless the written contractor agreement is executed or the permit Is Issued prior to the"bodily Injury" or"property damage"; (2) To any person or organization included as an Insured by an endorsement or in the Declarations;or (3) To any lessor of"autos"unless; (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The"auto" Is loosed without a driver;and Includes copyrighted material of Insurance Services Office, Inc. CA 79181109 Page 1 of 5 (a) The lease had no)expired, Leased"autos"covered under this provision will be considered covered"autos"you own and not covered "autos"you hire. h. Any legally Incorporated organization or subsidiary In which you own more than 50%of the voting stook on the effective date of this endorsement. This provision does not apply to"bodily Injury"or"property damage"for which an"insured"Is also an Insured under any other automobile pollcy or would be an Insured under such a policy,but for Its termination or the exhaustion of Its limits of insurance,unless such policy was written to apply specifically In excess of this policy. 2. COVERAGE EXTENSIONS-SUPPLEMENTARY PAYMENTS Under Section It-LIABILITY COVERAGE,A2.a.Supplementary Payments,paragraphs(2)and(4)are deleted and replaced as follows; (2) Up to$2,500 for the cost of bail bunds(including bonds for related traffic law violations)required because of an"acoldent"we cover. We do not have to furnish those bonds. (4) All reasonable expenses Incurred by the"Insured"at our request,including actual loss of earnings up to $5D6 a day because of lime off from work, 3. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II-LIABILITY COVERAGE,B.EXCLUSIONS, paragraph 5.Fellow Employee Is deleted and replaced by1ho following: S. Fellow Employee "Bodily Injury"to: a. Any fellow"employee"of the"Insured"arising out of and In the course of the fellow"employee's" employment or while performing duties related to the conduct of your business. However,this exclusion does not ap ply to your"employees"that are officers,managers,supervisors or above. Coverage Is excess over any oth or collectible Insurance. b. The spouse,child,parent,brother or alater of Ihat follow"employee'as a consequence of paragraph a.above. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION III-PHYSICAL DAMAGE COVERAGE,A.COVERAGE,the following is added: If arty of your owned covered"autos"are covered for physical Damage,we will provide Physical Damage coverage to"autos"that you or your"employees"hire or borrow,underyaur name of the"employee's" name,for the purpose of doing your work. We will provide coverage equal to the broadest physical damage coverage applicable to any covered "auto"shown I n the Declarations,Item Three,Schedule of Covered Autos You Own,or on any endorsements amending this schedule. B. under SECTION Ill-PHYSICAL DAMAGE COVERAGE,AA.Coverage Extensions.paragraph b.Loss Of Use Expenses Is deleted and replaced with the following; b. Loss Of Use Expenses For Hired Auto Physical Damage,we will pay expenses forwhich an"insured"becomes legally responsible to payfor loss of use of a vehicle rented at hired without a driver,under awrltten rental contract or agreement. We will pay for loss of use expenses It caused by: (1) other than collision,only IfIlhe Dnclaratlons Indicate that Comprehensive Coverage Is provided for any covered"auto'; Includes copyrighted material of Insurance Services Office, Inc, Page 2 of 5 CA 7'1181109 (2) Specified Causes of Loss, only If1he Declarations Indicate that Specified Causes Of Loss Coverage Is provided for any covered"auto';or (3} Collision,only If the Declaratlons Indicate that Collision Coverage Is provided for any covered "auto". However,the mostwe will payfor any expenses for loss of use Is$30 per day,to a maximum of $2,0130. C. Under SECTION IV—BUSINESS AUTO CONDITIONS,®.General Conditions,5.Other Insurance, paragraph b.Is replaced by the following, b. For Hired Auto Physlcal Damage,the following are deemed to be covered"autos"you own: 1. Any covered"auto"you lease,hire, rent or borrow;and 2. Any covered"auto"hired or rented by your"employees"under a contract in that Individual "employee's"name,with your parmtssion,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",nor Is any"auto"you hire from any of your"employees",partners(if you are a partnership),members Of you are a limited llabiiitycompany),or members ofiheir households, 5, LOAN OR LEASE GAF'COVERAGE UnderSECTION III—PHYSICAL DAMAGE COVERAGE,A.COVERAGE,the following is added: If covered"auto"is owned or leased and if we provide Physical Damage Coverage on It,we Will pay,In the event of a covered total"loss",any unpaid amount due on the lease or loan for a covered"auto", less; (a) The amount paid under the Physical Damage Section of the policy;and, (b) Any, (1) Overdue lease orlaan payments including penallles,Interest orother charges resulting from overdue payments at the time of the"loss"; (2) Financial penalties Imposed under lease for excessive use,abnormal wear and tearor high mileage; (3) Costs for extended warranties,Credit f-Ifa Insurance,Health,Acaldent or Disability Insurance purchased with the loan or lease; (4) Security deposits not refunded by a lessor; and (5) Carry-over balances from previous loans or leases. 6. RENTAL REIMBURSEMENT Under SECTION Ili"PHYSICAL.DAMAGE COVERAGE,A.4,Coverage Extensions,paragraph a. Transportation Expenses Is deleted and replaced by the following., a. Transportation Expenses (1) We will pay up to$75 per day to a maximum of$2,000 far transportation expense Incurred by you because of covered"loss".We will pay only far those covered"autos"for which you carry Collision Coverage or either Comprehensive Coverage orSpeclfled Causes of Loss Coverage. We will pay for transportation expenses Incurred during the period beginning 24 hours afterthe covered"lass" and ending,regardless of the policy's expiration,when the covered"auto"is retumedto use orwe pay for its"loss". This coverage Is In addition to the otherwise applicable coverage you have an a covered"aute". No deductibles apply to this coverage. includes copyrigimted material of Insurance Services Office, Inc. CA 71/81109 Page 3 of 5 (2) This coverage does not apply while there Is a spare or reserve°auto"available to you for your operation. 7. AIRBAGCOVERAGE Under SECTION III-PHYSICAL DAMAGE,B. EXCLUSIONS, paragraph 3.Is deleted and replaced by the fol lowl ng: 3. We will not pay for"loss"caused by or resulting from any of the Following unless caused by other"loss" that is covered bythls insurance: (1) Wear and tear,freezing,mechanical or electrical breakdown,However,this exclusion does not Include the discharge of an airbag. (2) Blowouts,punctures or other road damage to tires, & GLASS REPAIR—WAIVER OFDEDUCTIBLE Section III—PHYSICAL,DAMAGE COVERAGE,D.Deductible Is amended to add the following: No deductible appliesto glass damage if the glass Is repaired ratherthan replaced, 9. COLLISION.COVERAGE—WAIVER OF DEDUCTIBLE Under Section III-PHYSICAL DAMAGE COVERAGE, D.Deductible is amended to add the following; When there Is a loss to your covered"auto"Insured for Collision Coverage,no deductible will apply If the loss was caused by a collision with another"auto"Insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV-BUSINESS AUTO CONDITIONS,A.Loss Conditions,2.Duties In The Event Of Accident,Claim,Suit Or Loss,paragraph a,is deleted and replaced by tha following: a. You must see to itthatwe are notified as soon as practicable of an"accident",claim,"suit"or"loss". Knowladge of an"accident",claim,"sull"or"loss"byyour"employees"shall not,in itself,constitute knowledge to you unless one of your partners,executive officers,directors,managers,or members(if you area Ilmited IIabllitycompany)has knowledge of the"accident",claim,"suit"or"loss". Notice should include: (1) How,when and where the"accident"or"loss"occurred; (2) The"Insured's"name and address;and (3) To the extent possible,the names and addresses of any injured persons and witnesses. 11. TRANSFER OF RIGHTS (SLANKE7'1iMFlll',fi=R OF SUBROGATION) Under SECTION IV-BUSINESSAUTO CONDITIONS,A.Loss Conditions paragraph 5.Transfer Of Rights Of Recovery Against Others To Us Is deleted and replaced bythe following: 5. Transfer Of Rights Of RecoveryAgalnet Others To Us If any person or organization to ortorwhom we make payment underthis Coverage Form has rights to recover damages from another,those rights are transferred to us. That person or organization must do everything necessary to secure our rights and must do nothing arler"accident"or"loss"to Impair them, However,ifthe"Insured"has waived rights to recover through a written contract,or If your work was commenced under letter of intent or workarder,subject to a subsequent reduction in writing with customers whose customary contracts require a waiver,we waive any right of recovery we may have underthis Coverage Form, Includes copyrighted material of Insurance Services Office, Inc. Mage 4 of 5 CA 7118 11 09 12. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Under SECTION IV.BUSINESS AUTO CONDITIONS , B. General Conditions, paragraph 2. Concealment,Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this Coverage Form If you unintentionally fall to disclose all hazards exfsling as of the inception date of this pollcy. You must report to us any knowledge of an error or amissloh In your ropresenlations as soon as practicable after[is discovery. This provision does not affect our right to collect additional premlum or exercise our right of cancellation or non-renewal. 13, BLANKET COVERAGE FOR CERTAIN[OPERATIONS IN CONNECTION WITH RAILROADS When required by written contract or written agreement,the definition of"insured contract"Is amended as follows: The exception contained in paragraph H.3. relating to construction or demolition operations on or within 50 feet of a railroad;and Paragraph H.a. are deleted with respect to the use of a covered"auto"In operations for, or affecting, a railroad, Includes copyrighted material of Insurance Services Office,Inc, CA 7118 1109 Page 5 of 5 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR DIGHT 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. O Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be @@P percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 01/31/2019 Policy No. WC2000080 Endorsement No. WC 42 03 04 B Named Insured:' McClendon Construction Company, Inc. Premium Insurance Company Countersigned by WC420304B (Ed. 06-14) Copyright 2014 National Council on Compensation Insurance, Inc.All Flights Reserved. NAMtU INSUKtU: IVJUULtNUUN UUN5 I KtJU 11UN UUMHANY, INU. POLICY NUMBER: CPP2111179 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFUU-Y. NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE o THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM BUS]NESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached,we will not: 1. Cancel; 2. Nonrenew; or, 3, Materially change(reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 60 days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or maternal change to the person or organization named in the Schedule is intended as a courtesy only. Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection underthis Coverage Form. SCHEDULE Name Of Person Or Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of.- a. f:a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy IL 70 66 0714 NAMLU INSURE=D: IVIGULE=NUUN GUNS 1 RUG I IUN C;UMNANY, INC;. POLICY NUMBER: CA2111178;WC2000080 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY U Number of Days Notice For any statutorily permitted reason other than nonpayment of premium,the number of days required for notice of cancellation is Increased to the number of days shown in the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SCHEDULE Name of Person or Organization The Name of Person or Organization Is any person or organization holding a certiflcate of Insurance issued for you, provided the certificate. 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal;or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the: a. Cancellation; b. Nonrenewal;or c. Material change reducing or restricting coverage;and 4. Is on file at your agent or broker's office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of Insurance. IL 7045 05 07 STANDARD GENERAL CONDITIONS OF THE CONSTRUCI'ION CONTRACT CITY OF PORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Fdmrmy2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology.......................................................................................................... 1 1.01 Defined Terms...............................................................................................................................l 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..............................................................................................................................................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 ...............................................................................................................13 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 Perfornnance,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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revision:Febmary2,2016 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........................................................ 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnimy2,2016 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revision:Febmary2,2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice................................................................................................................. ..62 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#42706 Revision:Febrmy2,2016 007200-1 GENERAL CONDITIONS Page I of 63 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 arc 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. 6. 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. 8. 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 on-line, 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revision:Febmary2,2016 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 perforin 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 Fart 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 Claim—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. Contractor The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revision:Febnmy2,2016 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 licensed 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revision:Fdmwy2,2016 007200-I 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 I 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 continence 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 Iiquid 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page's 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnoy2,2016 0072 00-1 GENERAL CONDITIONS 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, materialman, 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 petroleum 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revision:Fehmaey2,2016 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 ran 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revision;Fdmmy2,2016 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 Initial Acceptance 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 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. Contractors 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. Contractors 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 CrFY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revision:Febmwy2,2016 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 maybe 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: I. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page I 1 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 casements 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmary2,2016 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: I. 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; CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Fehmuy2,2016 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 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revision:Febrvary2,2016 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision;Fcbnlmy2,2016 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 4.06G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individuals 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febwwy2,2016 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 of Insurance 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmaty 2,2016 007200-1 GENERAL CONDITIONS Page 17 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 lines 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project##02706 Revision:Febmaty2,2016 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:FebmaryZ 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. E. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revision:FebmaryZ 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnwy2,2016 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. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revision:FeUmaiyZ 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Fdmmy2,2016 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.B. 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 them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: 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 WORTII Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnimy2,2016 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. Alinority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MSE) 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: 1. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmary2,2016 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 finnishing 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnwy 2,2016 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 l l th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of 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 2258,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. 6.48 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmary2,2016 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revision:Febmary 2,2016 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 performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Cade, 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. hU://www.window.state.tx.us/taxinfo/taxforms/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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:FebcumyZ 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febway2,2016 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmaiy2,2016 007200-l 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 funds 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revision:Febnoy2,2016 00 72 00-I 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 Contractors 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 Westport Parkway hnprovements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnmy 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 5.02.13. 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 INDEIIINIFICATION PROVISION IS SPECIFICALLY INTENDED TO OgERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT�LL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOU HT EDOMISSION NEGLIGENCE OF UM 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 CrrY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:FebrawyZ 2016 007200-1 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 VI, 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnmy 2,2016 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 Westport Parkway Improvements Pbase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revision:Fdm ary2,2016 007200-I 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 < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department herr 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 Determinations far 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnwy2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#P02706 Revision:Febmary2,2016 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 making 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 if, 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 Westport Parkway hnprovements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febn miy2,2016 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 Claim 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 11.01.B, 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:February 2,2016 007200-I 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febniuy 2,20 i 6 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 11.0I.A.1 or specifically covered by Paragraph 11.0I.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-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmary2,2016 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. f1. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febniary2,2016 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%. b. 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 udder "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 Westport Parkway Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revision:Febnkvy2,2016 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 12.01.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 Fee: 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, 11.0l.A.2. and 11.01.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 11.01.A.4 and 11.01.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 12.01.C.2.a and 12.01.C,2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Februmy2,2016 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 11.0l.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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION!SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnany 2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice ofDefects 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 thereo) 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 Westport Parkway hnprovements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#0270b Revision:FebniiryZ 2016 007200-1 GENERAL CONDITIONS Page 0 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 Claim 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projmt#02706 Revision:Febmary2,2016 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 from 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febn=y2,2016 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revision:Fdwmry2,2016 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 14—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 WORTH Westport Parkway Improvements Phase i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmwy2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 S. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision_Febnwy2,2016 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 liquidated damages suffered by the City. E. 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.a through 14.02.B.4.e or Paragraph 15.02.A. 2. 1f 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 Westport Parkway improvements Phase i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febtuaty2,2016 007200-1 GENERAL CONDITIONS Page 55 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: 1. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnmy 2,2016 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Fehn,a y2,2016 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following 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 #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febway2,2016 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 fmish 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 fmished. 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.B, 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revision:F'ebnkuy 2,2016 007200-I GENERAL CONDITIONS Page 60 of 63 15.03 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: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the 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 6. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febnaary2,2016 00 72 00-1 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:FebnEwy2,2016 007200-1 GENERAL CONDITIONS Page 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 party 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmxy2,2016 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. MY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revision:Febmaiy2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 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 11 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-4.01A.1.,`Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements already acquired,if any as of 36 October 11,2018 37 38 Acquired Right-Of-Way,and/or Easements PARCEL OWNER DATE ACQUIRED NUMBER 1A Michael F. Olson, Bishop of the Catholic 3/2/2018 Diocese of Fort Worth 1B Michael F. Olson, Bishop of the Catholic 3/2/2018 Diocese of Fort Worth 2A Fort Worth Housing Finance Corp 9/12/2018 2B Fort Worth Housing Finance Corp 9/12/2018 2C Fort Worth Housing Finance Corp 9/12/2018 3A Fort Worth Housing Finance Corp 9/12/2018 3B Fort Worth Housing Finance Corp 9/12/2018 3C Fort Worth Housing Finance Corp 9/12/2018 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 i 2 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 3 October 11,2018 4 5 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE N/A N/A 6 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 7 and do not bind the City. 8 9 If Contractor considers the final easements provided to differ materially from the representations on the 10 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 11 notify City in writing associated with the differing easement line locations. 12 13 SC-4.01A.2,"Availability of Lands" 14 15 Utilities or obstructions to be removed,adjusted,and/or relocated 16 17 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 18 as of February 28,2018 19 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 20 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 21 and do not bind the City. 22 23 SC-4.02A.,"Subsurface and Physical Conditions" 24 25 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 26 27 A Geotechnical Engineering Study and Pavement Design Westport Parkway Extension and Improvements 28 Alta Vista Road to Keller-Haslet Road Fort Worth, Texas Report No. 1662-16-05(Revised),dated October 29 8,2018,prepared by CMJ Engineer,Inc.a sub-consultant of Burgess&Niple,Inc, a consultant of the 30 City,providing additional information on Subsurface Conditions and Pavement Design. 31 32 The following are documents of physical conditions in or relating to existing surface and subsurface 33 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 34 35 Summary of Test Hole Information and Coordinates,dated December 13,2017 by The Rios Group 36 37 SC-4.06A.,"Hazardous Environmental Conditions at Site" 38 39 The following are reports and drawings of existing hazardous environmental conditions known to the City: 40 None 41 42 SC-5.03A.,"Certificates of Insurance" 43 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 The entities listed below are"additional insureds as their interest may appear" including their respective 2 officers,directors, agents and employees. 3 4 (1) City 5 (2) Consultant:Burgess&Niple,Inc. 6 (3) Other: None 7 8 SC-5.04A.,"Contractor's Insurance" 9 10 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following I I coverages for not less than the following amounts or greater where required by laws and regulations: 12 13 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 14 15 Statutory limits 16 Employer's liability 17 $100,000 each accidentloccurrence 18 $100,000 Disease-each employee 19 $500,000 Disease-policy limit 20 21 SC-5.04B.,"Contractor's Insurance" 22 23 5.0413.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 24 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with f2625 minimum limits of- 26 27 $1,000,000 each occurrence 28 $2,000,000 aggregate limit 29 30 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 31 General Aggregate Limits apply separately to each job site. 32 33 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 34 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 35 36 SC 5.04C.,"Contractor's Insurance" 37 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 38 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 39 40 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 41 defined as autos owned,hired and non-owned. 42 43 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 44 least: 45 46 $250,000 Bodily Injury per person/ 47 $500,000 Bodily Injury per accident/ 48 $100,000 Property Damage 49 50 SC-5.04D.,"Contractor's Insurance" 51 52 The Contractor's construction activities will require its employees,agents,subcontractors, equipment,and 53 material deliveries to cross railroad properties and tracks:None 54 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 2 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 3 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 4 Entry Agreement"with the particular railroad company or companies involved,and to this end the 5 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 6 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 7 to the Contractor's use of private and/or construction access roads crossing said railroad company's 8 properties. 9 10 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 1 I coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 12 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 13 occupy,or touch railroad property: 14 15 (1) General Aggregate: 16 17 (2) Each Occurrence: 18 19 _Required for this Contract X Not required for this Contract 20 21 With respect to the above outlined insurance requirements,the following shall govern: 22 23 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 24 the name of the railroad company. However, if more than one grade separation or at-grade 25 crossing is affected by the Project at entirely separate locations on the line or lines of the same 26 railroad company, separate coverage may be required,each in the amount stated above. 27 28 2. Where more than one railroad company is operating on the same right-of-way or where several 29 railroad companies are involved and operated on their own separate rights-of-way, the Contractor 30 may be required to provide separate insurance policies in the name of each railroad company. 31 32 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 33 railroad company's right-of-way at a location entirely separate from the grade separation or at- 34 grade crossing,insurance coverage for this work must be included in the policy covering the grade 35 separation. 36 37 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 38 way, all such other work may be covered in a single policy for that railroad, even though the work 39 may be at two or more separate locations. 40 41 No work or activities on a railroad company's property to be performed by the Contractor shall be 42 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 43 for each railroad company named,as required above. All such insurance must be approved by the City and 44 each affected Railroad Company prior to the Contractor's beginning work. 45 46 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 47 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 48 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 49 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 50 railroad company operating over tracks involved in the Project. 51 52 SC-6.04.,"Project Schedule" 53 54 Project schedule shall be tier 3 for the project. 55 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 1 SC-6.07.,"Wage Rates" 2 3 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 4 Appendixes: 5 6 2013 Prevail Wage Rates(Commercial Construction Projects) 7 8 <Buzzsaw location,Resources/02-Construction Documents/Specications/Div 00-General 9 Conditions/CFWHorizontal Wage RateTable.pdf> 10 I 1 SC-6.09.,"Permits and Utilities" 12 13 SC-6.09A.,"Contractor obtained permits and licenses" 14 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 15 None 16 17 SC-6.095."City obtained permits and licenses" 18 The following are known permits and/or licenses required by the Contract to be acquired by the City: 19 None 20 21 SC-6.09C."Outstanding permits and licenses" 22 23 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 24 25 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 26 27 SC-7.02.,"Coordination" 28 29 The individuals or entities listed below have contracts with the City for the performance of other work at 30 the Site: 31 Vendor Scope of Work Coordination Authority None 32 33 34 SC-$.01,"Communications to Contractor" 35 None 36 37 SC-9.01.,"City's Project Manager" 38 39 The City's Project Manager for this Contract is Mitch Aiton,or his/her successor pursuant to written 40 notification from the Director of Transportation and Public Works. 41 42 SC-13.03C.,"Tests and Inspections" 43 None 44 45 SC-16.010.1,"Methods and Procedures" 46 None 47 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 o£6 1 2 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised January 22,2016 011100-1 SUMMARY OF WORK Page I of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - 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 I9 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 01 1100-2 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 property 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 easements, 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 01 11 00-3 SUMMARY OF WORK 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] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Westport Parkway improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PARTI - 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 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 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 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 are 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 Westport Parkway Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 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 11 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 31 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 01 2500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if.- 3 f: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 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 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 m PRODUCTS [NOT USED] 28 PART 3 W EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 012500-4 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 11 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 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project##02706 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page 1 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: 11 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 [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 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. Preconstruction 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised August 17,2012 013119-2 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 0132 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 11 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised August 17,2012 0131 19-3 PRECONSTRUCTION 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] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 002706 Revised August 17,2012 013120-1 PROJECT MEETINGS Page I of 3 1 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#42706 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 e. 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 in. 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 FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 013120-3 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 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held 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 Log DATE NAME SUMMARY OF CHANGE 23 CrrY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 02706 Revised July 1,2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - 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. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 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 [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF PORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised July 1,2011 013300-1 SUBMITTALS Page 1 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 I —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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 '/i inches x 11 inches to 8 '/i 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 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 f4 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 c. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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: 10 a. Physical examples of the Work such as: 11 I) 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 I. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 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 18 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 1 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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"Not 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revised December 20,2012 013300-7 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 11 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 hiformation(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"O1"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 log 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 01 3300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS INOT 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 Cafendar Days S CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page I of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 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 11 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 l —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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 1. 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 Governments (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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 Iog 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 £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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 0135 13-4 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 I I 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 Cade Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 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 I. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project##02706 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 all affected residents and businesses. 15 f. 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 (USACE) 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL 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 1.43—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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 013513-7 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 LIVES 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 (81 I) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Westport Parkway improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORTWORTH DMR: NOTICE OF TEMPORARY MATER SERVICE INTERRUPTTIOri DUE TO UTILI'T'Y 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 3 - -- 4 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised December 20,2012 014523-I TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PARTI - 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. is 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 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 I 1 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PARTI - 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 11 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: 16 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02746 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 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 5. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised July 1,2011 01 5000-3 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 SUBMITTALSANFORMATIONAL 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] 16 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 0155 26-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 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 Fort 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 arc 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 015526-2 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 11 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 Department, 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 SUBMITTALS/INFORMATIONAL 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 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project##02706 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#62706 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 015713 2 STORM WATER POLLUTION PREVENTION 3 PART1 - 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 1 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 3125 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revised July 1,2011 015713-2 STORM 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 1 I a) Sign and post at job site 12 b) Prior to Preconstruction 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 job 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 3125 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 Preconstruction 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revised July 1,2011 01 57 13-3 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 SUBMITTALSANFORMATIONAL 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 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] I 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 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 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 l —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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 19 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 [ox] 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 1/4-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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revised July 1,2011 0158 11-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Westport Parkway Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Pagel of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PARTI - 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 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 [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 DocumentslStandard 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 L 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 0I 33 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 Westport Parkway Improvements Phase i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] S 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 CITY OF FORT WORTH Westport Parkway improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTI - 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 10 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 1 —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 SUBMITTALS/INFORMATIONAL 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July I,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. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line 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 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 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 [ox] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Nan-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 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Stare 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PARTI - 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 1 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) RemobiIization 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 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 cost 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 Clean-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 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.1 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 2. Remobilization for suspension of Work as specifically required in the Contract 36 Documents 37 a. Measurement 38 1) Measurement for this Item shall be per each remobilization performed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement"will be paid for at the unit 42 price per each"Specified Remobilization"in accordance with Contract 43 Documents. 44 c. The price shall include: 45 1) Demobilization as described in Section 1,1.A.2.a.1) 46 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement" will be paid for at the unit 16 price per each"Work Order Mobilization"in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price per each"Work Order Emergency Mobilization"in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.LAA.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revised November 22,2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.14 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 m PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 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, 9 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised November 22,2016 017123-t CONSTRUCTION STAKING AND SURVEY Page 1 of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - 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 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. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of S 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 sum 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 easements 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)—017123.16.01— 17123.16.01—Attachment A Survey Staking Standards 28 2. City of Fort Worth- Standard Survey Data Collector Library(fxl)files(available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation(TxDOT) Survey Manual,latest 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 SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised February 14,2018 01 71 23-3 CONSTRUCTION STAKING AND SURVEY Page 3 of S 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 01 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of S 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 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 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 [NOT 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 location 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 Westport Parkway Improvements Phase i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#f02706 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 siandard 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 11 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 casements.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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised February 14,2018 017123-7 CONSTRUCTION STAKING ANIS SURVEY Page 7 of 8 1 3.2 EXAMINATION INOT USED] 2 3.3 PREPARATION INOT 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 hove forward. 14 3.6 RE-INSTALLATION [NOT USEDI 15 3.7 FIELD [o>R] 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 casements 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 3rd 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 3.10 CLEANING INOT 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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. emoved"blue text';revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 254;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 OF FORT WORTH Westport Parkway Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised February 14,2018 FORTWORTH@ Section 01 7123001 m Attachment A Survey Staking Standards February 2017 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 participatfon, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (htto://onlinemanuals.txdot.eov/txdotmanuals/ess/ess.odf) If you have a unique circumstance, please consult with the project manager, inspector,or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors Ill. Standard Staking Supplies IV. Survey Equipment, Control,and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey Page 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 EE GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS —Eli 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 Page 3 of 22 IV. Survey Eguipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: htt fortworthtexas. ov itsolutions GIS Look for'Zoning Maps'. Under'Layers', expand 'Basemap Layers',and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment 1. 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/N.R.S.and static GPS Equipment 1. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines,and rough-grade only.No GPS staking for concrete,sanitary sewer,storm drain,final grade,or anything that needs vertical,grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting,and Elevation (if applicable)of the point set. Control points can be set rebar, `X'in concrete,or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point'or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations 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 E. Preferred Grid Datum Page 4 of 22 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. Proiected Coordinate System: NAD-1983 StatePlane_Texas_North—Central—FIPS_4202_Feet Projection: Lambert_Conformal—Conic Fa Ise_Easting: 1968500.00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard—Parallel-2: 33.96666667 Latitude_Of—Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS—North—American-1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note:Regardless of what datum each particular project is in,deliverables to the City must be converted/translated into this preferred grid datum.. 1 copy of the deliverable should be in the project datum (whatever it may be)and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format 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 Example Control Stakes Page 5 of 22 Y d w cn [J � p 2! LW F— �- 10 > ZD Ld w Lit EL.= 100.00' m w - Ld �_ m n. m rr ��. ¢ t� wcn o J 0 < wCL LLI = W LL. Lu Lu Elf -i o < � Ld m C) — 4 CP 1tj N=5000. 0 E=5000.00 V. Water Staking Standar°d� Page 6 of 22 A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations 11. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe(T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional.Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box 11. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5'away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main Il. RIM grades should only be provided if on plans Example Water Stakes Page 7 of 22 � W ƒ\ 2 � k \ / 0i §\ U ®® / 0 / O/ ■/ �k Ie2 ct� w \ � \ � <::4j \§$ � U § M/ -;7 7 Q2 LL / O/ f r/ _ ga,+Ie, $ 3e, � L � V) < § _ EL- # \ A A \ \ 0 z 141 \ ix � IL §� 2 qj \ M b \ & �L- t ¥ 2 z L / r$ § \ §) �z e z =B / 2 k& ® LLJ Q& U � LL �\ O w S O+& , tI7 . L § LL En- y 4c < k - ° k\ 2 ; z V1. Sanitary SewerStaking Page a«22 A. Centerline Staking—Straight Line Tangents I. Inerts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required 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 Vill. 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 m Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval Il. 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 IL 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 Example Sanitary Sewer Stakes Page 9 of 22 i2a Ld Iff 15L. W IY Ixjl� 5 1e=s+,r°11 Y y W Jf U)zCSSl I.�y[ml f J a —Olt La I r .j u yr r -• �, W41':_v IACr p .T C ' WH a k Er F i I 4 t I.c a u c w 1 +, 3 x w o o T CF . 12 1 IL1 60 � t ? tib. .fir YZ Ld 'm IL +il} W W+ �P F = `FA Fes= H� �+ LL LJ� LLJ r■■ p_;c Ls I ,! dWJE � f m ti r1 (t ')o sssro+� �-�� Feu -atl1 Li 01 =_ w ' 33t raj F4 [8 ern `" at m- VII. Storm Sewer & Inlet Staking A. Centerline Staking-Straight Line Tangents Page 10 of 22 I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans Ill. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 609 nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length Ill. Recessed 10' Inlet=20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans Example Storm Inlet Stakes Page 11 of 22 FRONT FRONT (SIDE FACING ) (SIDE FACING NO €�LAG.GINt RLf QI EQ -01 1pj IEU Of- PINK PAINTFU LATH r rn a � M BACK BACK (90E FxaND R.M%) ODE FACNU R.a%) IDENTIFIES WHICHIDENTIFNM VMICH PONT i END OF THE WIM, FLINT 0 END OF THE YANG BEING STAKED BEING STAKED I -•I -t HIE VZYAnM , II BILET STATION dUR EIEVAAON a. " (IF NOTED ON PLANS) {� IDENTIFIES GRADE TfC TO TOP OF OURS T + -F O CJ IDENTIFIES GRADE 07E ')C 0 15TANDES FOR INLETS STANDARD 10' - IB' RECESSED IV - 2d STANDARD DOUBLE 10' - Y6.67 HUB SHTH TACK —————— RECESSED DOUBLE 10 X34 6 7 ————............———— I I "AGK OF INLET rn �� y bI MAR FQLE :: �I .,T BACIK OF CUPB I AA I BACK OF CURB .. .. FL{Yl'L&INE FACE OF INLET FACE OF INLET R-DMJNE EDGE OF PAVEM T EDGE OF PAVEMENT EDGE OF PAVEMENT EDGE OF PAVEMENT Vill. Curb and Gutter Staking Page 12 of 22 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 GOD nail or huh set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb Gutter Stakes FRONT (SIDE FACING ) 0 a. FRONT no� lEsao FRONT {sn�FACING PMT OF g FRONT (C. (SIDE FACING PONT OF CURUAWRE (SIDE FACING FL) I N � BACK � T1s m o r � (SIDE PAGING R.b.wl.) I�FMX OF1BCU�F Tr a` PUNT T I lil r III I 110ErriuMs MAW M is POP Zr cum 0 ACE ON HUB ELEVATON o �ws rGINTT3 RO FLAGGING. REQUIRED IN LIEU OF PINK PAINTED LATH_ _ TOP OF CURE 4Z 4?1 � X j- BACK OF CURD FACE OF CURB FL011kILI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection Page 13 of 22 0 KimLk 0z k115 o41 LL 0/3 r+c � § � §_§ d UL « § \g 20 »25 � k \ 2 2&k , /! t y« z ` F z® 2 w G` it I eu e 2 Aa 16 � § 16@ _, _e k 'CD a L e \% _ _ ka k � � �AK�k 2- � � 2 ; � , Cut Sheets Page 14 of 22 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 0 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: CONSU LTANTICONTRACTOR SURVEY CREW INITIALS ALL GLADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED -CUT + FILL -LTI+RT GRADE ELEV. 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 trust be in the proper format when submitted.See section!V. As-built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters Page 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 " to notify the City. I 9z6fi-x zvrsvpa v s xac t a M JXXW uu &Ian AwIng a W H31YM lif�®R 09.0V1S An AfogJ .� I I -- i K) Q! !d Q ! f - fj_5 I� Page 17 of 22 }a A7M[•11lLy 47lFf ltAl SYA03707-tF"Irl fF�SYfl Dil SrAA'xCr4dU f�WLlptDtb lA41 A�l'N7V1:"k SA�AfE FX1�T. y Fri rwr e�rE t�orxt 1N cx�•�•av m r�1sr:�>�r�>1 p10.y V lFNjr.V NF1 .Sl Fb11E A 12 WL A ►,fQ4YFfi4SNG FI7� f��. 1-1rld4'c VAWE HrlvVPJP1 bLO SMOAM-1/111, f e 1hQrpp3.�n�.t -Ra ffzm trPx L V#k"lr -:+ J-B' a+e v,1lk£+� ' _ h. 94Frlf Kaikrt ~ �.- �• }A••gwjnuw fpp�l��liyyls��fl.�A h G 4 1r cs f1E1t Alrvlt'-lo •Mj , t'i� F ivy .l ��!'IYfIER ti ��• -�,t �� C j r d x � - - ..�� 44 YBM -e�rw it F1d 7 * i aF pe Ay q PR(Pf�SpEyO -1�kVjS E S"Asf F+ i;i SAITAW Si Eft3t,CArI:VAWC h SNP IWAUj 6' LOT A 163 rt ! rl-,�a:a LW STA O M-!PK MWD W STA d3f.%-Ir SYA AffafiR-1>'fl8 1ANJ tATAf to 1°If rK �Ys Sid1D SCFl3'B "r4iFYFttf.MNU Fw-4NvDq/MVLF 97 IF OF!$ AU7 FWF A 5-d9r fiK•rvi r�.f Y MW FM To x'17'r,�m wAYCR i•2a9'63r'33BR� 'rn-s kb.TlO Page 18 of 22 W604 •a ilwiupw'i Aw 01,60 rm J29ro.M AM rd-rrsm!!Od 111 Ar Y M35 ANWYAW5 UW.H31✓hk a@ W h8 �, $i E .; L �S iR "Fy99��_x 14�i`'?�F ��43 NOR��g@ �x l-.b."�3f �SsS"d7rNd 05-0dis 3x-7 wlbl-y ' f�.,'_:.i.: 9 li 3t WN joi It Oz to - ..... --- E iiia ?' 01 MIR, ilt of e SF D to —W.'T_W. ........ t hilt . Page 19 of 22 PI■ 1 R i z R41t=4FIltVp mmm igg_ =a=�-0 MM 3!R=_c laiE -- —_ —FLEE= ____— __��,�_� _•g �G=S�� �__�` gag ME =S__ a Obviously the .csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING FASTING ELEV, DESCRIPTION 1 6946257.189 2296079.165 726.119 SSMH RIM }} 2 6946260.893 2296062.141 725.668 GV RIM 3 G946307.399 2296038.306 726.85 GV RIM 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 22960.15.1.16 722.123 GV RIM 6 6946190.528 2296022.721 722.325 FH 7AK 7 6946136.012 2295992.115 713.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM 2,r.*�E L1 2-c- 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM {-- 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2795830.441 710.084 CO RIM C G4$.-b I r,-JJ "r 15 6945835.678 2295799.707 707.774 SSMH RIM 17 69455817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM i'-� ti� ✓1 ��, 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 WIN RIM 24 6945643.407 2295736.03 719.737 CO RIM h 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 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM {� 31 6945370.688 2295bUb.793 740.976 GV RIM 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 1295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 55MH RIM 37 6945206.483 2295529.305 751.058 WM RIM .�- 38 6945141.015 2295557.665 750.853 WM RIM C,-TA44 39 6945133.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM 42 6945038.878 2295552.147 751.88 WM RIM r> 43 6945006.397 2295518.135 752.615 WM RIMS 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 22.95556.479 752.1.56 WM RIM 46 6944860.416 2295534.397 752.986 55MH RIM N� 5 /Gl1r Page 21 of 22 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. p I I I " M~ is, �W M1: � � 9 "1, 'FI — --— — -- — -- -- s IVt Si n' A ' ei ti u o er , Page 22 of 22 017423-1 CLEANING Page I of 4 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 arc not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —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. 17 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 SUBMITTALS/INFORMATIONAL 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 WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 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. CIeaning 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised July 1,2011 017423-3 CLEANING Page 3 of 4 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 11 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. Wash 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. CIean 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. Clean any interior areas including, but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#102706 Revised July 1,2011 01 7423-4 CLEANING Page 4 of 4 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 SUMMARY OF CHANGE 10 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Pagel of 3 I SECTION 017719 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of bort 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. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 0177 19-2 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 0178 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 f. 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 Westport Parkway Improvements Phase I STANDARD CONSTRUC'T'ION SPECIFICATION DOCUMENTS City Project##02706 Revised July 1,2011 0I7719-3 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 [oRl 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#402706 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page I 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 I —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 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 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 c. 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,indexed 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 WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project##02706 Revised December 20,2012 017&23-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 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 life 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 Westport Parkway improvements Phase I STANDARD CONSTRUCTION SPECCIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 01 7823-4 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 Iimiting 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 f. 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 19 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 017823-5 OPERATION 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] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1 —title of section removed 8 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Page I of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 -- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 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 SUBMITTALS/INFORMATIONAL 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project P02706 Revised July 1,2011 01 7839-2 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 i 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#!02706 Revised July 1,2011 01 7839-3 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 017123, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project##02706 Revised July 1,2011 of 7839-4 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 final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 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/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 39 ADJUSTING [NOT 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revised July 1,2011 3305 t4-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 1 of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS,VALVE BOXES,AND OTHER STRUCTURES TO 3 GRADE 4 PART 1 -- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. 1.2.A.8—Added item to include adjusting existing cleanout as indicated in the 11 drawings. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 14 Contract 15 2. Division I —General Requirements 16 3, Section 32 01 17—Permanent Asphalt paving Repair 17 4. Section 32 0129—Concrete Paving Repair 18 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 19 6. Section 33 05 13 —Frame, Cover and Grade Rings 20 7. Section 33 39 10—Cast-in-Place Concrete Manholes 21 8. Section 33 39 20—Precast Concrete Manholes 22 9. Section 33 12 20—Resilient Seated(Wedge) Gate Valve 23 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 24 11. Section 33 04 11 —Corrosion Control Test Station 25 12. Section 33 04 12—Magnesium Anode Cathodic Protection System 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Manhole—Minor Adjustment 29 a. Measurement 30 1) Measurement for this Item shall be per each adjustment using only grade 31 rings or other minor adjustment devices to raise or lower a manhole to a 32 grade as specified on the Drawings. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item will be paid for at the unit price bid per each"Manhole Adjustment, 36 Minor"completed. 37 c. The price bid shall include: 38 1) Pavement removal 39 2) Excavation 40 3) Hauling CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 330514-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 7 1 4) Disposal of excess material 2 5) Grade rings or other adjustment device 3 6) Reuse of the existing manhole frame and cover 4 7) Furnishing,placing and compaction of embedment and backfill 5 8) Concrete base material 6 9) Permanent asphalt patch or concrete paving repair,as required 7 10) Clean-up 8 2. Manhole-Major Adjustment 9 a. Measurement 10 1) Measurement for this Item shall be per each adjustment requiring structural 11 modifications to raise or lower a manhole to a grade as specified on the 12 Drawings. 13 b. Payment 14 1) The work performed and the materials furnished in accordance with this 15 Item will be paid for at the unit price bid per each"Manhole Adjustment, 16 Major"completed. 17 c. The price bid shall include: 18 1) Pavement removal 19 2) Excavation 20 3) Hauling 21 4) Disposal of excess material 22 5) Structural modifications, grade rings or other adjustment device 23 6) Reuse of the existing manhole frame and cover 24 7) Furnishing,placing and compaction of embedment and backfill 25 8) Concrete base material 26 9) Permanent asphalt patch or concrete paving repair,as required 27 10) Clean-up 28 3. Manhole-Major Adjustment with Frame and Cover 29 a. Measurement 30 1) Measurement for this Item shall be per each adjustment requiring structural 31 modifications to raise or lower a manhole to a grade specified on the 32 Drawings or structural modifications for a manhole requiring a new frame 33 and cover, often for changes to cover diameter. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item will be paid for at the unit price bid per each"Manhole Adjustment, 37 Major wl Cover" completed. 38 c. The price bid shall include: 39 1) Pavement removal 40 2) Excavation 41 3) Hauling 42 4) Disposal of excess material 43 5) Structural modifications, grade rings or other adjustment device 44 6) Frame and cover 45 7) Furnishing,placing and compaction of embedment and backfill 46 8) Concrete base material 47 9) Permanent asphalt patch or concrete paving repair, as required 48 10) Clean-up 49 4, Inlet 50 a. Measurement CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 902706 Revised December 20,2012 330514-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 1) Measurement for this Item shall be per each adjustment requiring structural 2 modifications to inlet to a grade specified on the Drawings. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this 5 Item will be paid for at the unit price bid per each"Inlet Adjustment" 6 completed. 7 c. The price bid shall include: 8 1) Pavement removal 9 2) Excavation 10 3) Hauling 11 4) Disposal of excess material 12 5) Structural modifications 13 6) Furnishing,placing and compaction of embedment and backfill 14 7) Concrete base material,as required 15 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 16 required 17 9) Clean-up 18 5. Valve Box 19 a. Measurement 20 1) Measurement for this Item shall be per each adjustment to a grade specified 21 on the Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each"Valve Box Adjustment" 25 completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation 29 3) Hauling 30 4) Disposal of excess material 31 5) Adjustment device 32 6) Furnishing,placing and compaction of embedment and backfill 33 7) Concrete base material, as required 34 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 35 required 36 9) Clean-up 37 6. Cathodic Protection Test Station. 38 a. Measurement 39 1) Measurement for this Item shall be per each adjustment to a grade specified 40 on the Drawings. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each"Cathodic Protection 44 Test Station Adjustment"completed. 45 c. The price bid shall include: 46 l) Pavement removal 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess material 50 5) Adjustment device CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 330514-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 7 1 6) Furnishing,placing and compaction of embedment and backfill 2 7) Concrete base material, as required 3 8) Surface restoration,permanent asphalt patch or concrete paving repair, as 4 required 5 9) Clean-up 6 7. Fire Hydrant 7 a. Measurement 8 1) Measurement for this Item shall be per each adjustment requiring stem 9 extensions to meet a grade specified by the Drawings. 10 b. Payment 11 1) The work performed and the materials furnished in accordance with this 12 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 13 Extension"completed. 14 c. The price bid shall include: 15 1) Pavement removal 16 2) Excavation 17 3) Hauling 18 4) Disposal of excess material 19 5) Adjustment materials 20 6) Furnishing,placing and compaction of embedment and backfill 21 7) Concrete base material, as required 22 8) Surface restoration,permanent asphalt patch or concrete paving repair, as 23 required 24 9) Clean-up 25 8. Miscellaneous Structure 26 a. Measurement 27 1) Measurement for this Item shall be for adjusting the existing sanitary sewer 28 cleanout on the east corner of the intersection of Westport and Alta Vista as 29 shown on the Drawings. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item will be paid for at the unit price bid per each"Miscellaneous Structure 33 Adjustment"completed. 34 c. The price bid shall include: 35 1) Pavement removal 36 2) Excavation 37 3) Hauling 38 4) Disposal of excess material 39 5) Structural modifications 40 6) Furnishing,placing and compaction of embedment and backfill 41 7) Concrete base material 42 8) Permanent asphalt patch or concrete paving repair, as required 43 9) Clean-up 44 1.3 REFERENCES 45 A. Definitions 46 1. Minor Adjustment 47 a. Refers to a small elevation change performed on an existing manhole where the 48 existing frame and cover are reused. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised December 20,2012 3305 I4-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 2, Major Adjustment 2 a. Refers to a significant elevation change performed on an existing manhole 3 which requires structural modification or when a 24-inch ring is changed to a 4 30-inch ring. 5 B. Reference Standards 6 1. Reference standards cited in this Specification refer to the current reference 7 standard published at the time of the latest revision date logged at the end of this 8 Specification,unless a date is specifically cited. 9 2. Texas Commission on Environmental Quality(TCEQ): 10 a. Title 30,Part I, Chapter 217, Subchapter C,Rule 217.55—Manholes and 11 Related Structures. 12 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 13 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2- PRODUCTS 22 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 24 A. Cast-ill-Place Concrete 25 1. See Section 03 30 00. 26 B. Modifications to Existing Concrete Structures 27 1. See Section 03 80 00, 28 C. Grade Rings 29 1. See Section 33 05 13. 30 D. Frame and Cover 31 1. See Section 33 05 13. 32 E. Backfill material 33 1. See Section 33 05 10. 34 F. Water valve box extension 35 1. See Section 33 12 20. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 3305 14-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 G. Corrosion Protection Test Station 2 1. See Section 33 04 11. 3 H. Cast-in-Place Concrete Manholes 4 1. See Section 33 39 10. 5 1. Precast Concrete Manholes 6 1. See Section 33 39 20, 7 2.3 ACCESSORIES [NOT USED] 8 2.4 SOURCE QUALITY CONTROL [NOT USED] 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION 12 A. Verification of Conditions 13 1. Examine existing structure to be adjusted,for damage or defects that may affect 14 grade adjustment. 15 a. Report issue to City for consideration before beginning adjustment. 16 3.3 PREPARATION 17 A. Grade Verification 18 1. On major adjustments confirm any grade change noted on Drawings is consistent 19 with field measurements. 20 a. If not,coordinate with City to verify final grade before beginning adjustment. 21 3.4 ADJUSTMENT 22 A. Manholes, Inlets, and Miscellaneous Structures 23 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 24 30-inch frame and cover assembly per TCEQ requirement. 25 2. On manhole major adjustments,inlets and miscellaneous structures protect the 26 bottom using wood forms shaped to fit so that no debris blocks the invert or the 27 inlet or outlet piping in during adjustments. 28 a. Do not use any more than a 2-piece bottom. 29 3. Use the least number of grade rings necessary to meet required grade. 30 a. For example, if a 1-foot adjustment is required,use 2 6-inch rings, not 6 2-inch 31 rings. 32 b. The maximum height of adjustment shall be no more than 12 inches for any 33 combination of grade rings. If 12 inches is required,use 3 —4 inch rings. 34 B. Valve Boxes 35 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 36 the Drawings. 37 C. Backfill and Grading 38 1. Backfill area of excavation surrounding each adjustment in accordance to Section 39 3305 10. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised December 20,2012 330514-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 7 of 7 1 D. Pavement Repair 2 1. If required pavement repair is to be performed in accordance with Section 32 Of 17 3 or Section 32 0129. 4 3.5 REPAIR/RESTORATION [NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover;Added 12/20/2012 D.Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4—Pavement repair requirements were added 9/20/2017 W.Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings 15 CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised December 20,2012 999900-1 NON-STANDARD BID ITEMS Page 1 of 3 SECTION 99 99 00 NON-STANDARD BID ITEMS 9999.0000 Parr Land Protection Fence Bid item shall include furnishing, installing, and maintaining 4' park land protection fence as shown on sheet 7 and detailed on sheet 69. Park Land Protection Fence to be paid per linear foot. 9999.0001 Integral Colored/Textured 4" Concrete Median(Splitter Island) Bid item shall include 4"reinforced concrete pavement as shown on sheet 18. Concrete shall meet the specifications for sidewalks as set forth in specification section 33 13 20 Concrete Sidewalks Driveways and Barrier Free Ramps. Concrete shall be integrally colored as identified on sheet 58. Surface shall be stamped in a pattern unique to splitter islands as shown on sheet 58. Contractor is to provide 3 1'x1' (minimum)mockups of the color and 2 similar colors to the city for approval prior to installation. Integral colored/textured 4"concrete median(splitter island)to be paid per square foot. 9999.0002 Integral Colored/Textured 6" Concrete(Beneath Sidewalk) Bid item shall include 6"reinforced concrete pavement as shown on sheet 18 and the detail on sheet 58. Concrete shall meet the specifications for concrete pavement as set forth in specification section 32 13 13 Concrete Paving. Concrete shall be integrally colored as identified on sheet 58. Contractor is to provide 3 1'x1' (minimum)mockups of the color and 2 similar colors to the city for approval prior to installation. Integral colored/textured 6"concrete(beneath sidewalk)to be paid per square foot. 9999.0003 Integral Colored/Textured 10" Concrete Truck Apron/Pedestrian Buffer Bid item shall include 10"reinforced concrete pavement as shown on sheet 18 and the detail on sheet 58. Concrete shall meet the specifications for concrete pavement as set forth in specification section 32 13 13 Concrete Paving. Concrete shall be integrally colored as identified on sheet 58. Surface shall be stamped in a pattern unique to the truck apron and pedestrian buffers as shown on sheet 58. Contractor is to provide 3 1'x1' (minimum)mockups of the color and 2 similar colors to the city for approval prior to installation. Integral colored/textured 10"concrete truck apron/pedestrian buffer to be paid per square yard. 9999.0004 3" Mountable Curb(Center Island) Bid item shall include 3"mountable curb as shown in the detail on sheet 58 around the center island. Concrete shall meet the specifications for concrete pavement as set forth in specification section 32 13 13 Concrete Paving. 3"mountable curb shall not be integrally colored. 3" mountable curb(center island)to be paid per linear foot. 9999.0005 6" Mountable Curb Bid item shall include 6"mountable curb as shown on sheet 18 and the detail on sheet 58 around the pedestrian buffer zones on the outside of the roundabout. Concrete shall meet the specifications for concrete pavement as set forth in specification section 32 13 13 Concrete Paving. 6"mountable curb shall not be integrally colored. 6"mountable curb to be paid per linear foot. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 999900-2 NON-STANDARD BID ITEMS Page 2 of 3 9999.0006 6" Standard Curb (Center Island) Bid item shall include 6" standard curb as shown in the detail on sheet 52 with a construction joint at the face of the curb. This modified standard curb is only located around the inside of the center island. Concrete shall meet the specifications for concrete pavement as set forth in specification section 32 13 13 Concrete Paving. Standard curb shall not be integrally colored. 6" standard curb (center island)to be paid per linear foot. 9999.0007 Monolithic Median Nose Bid item shall include monolithic median nose as shown in the detail on sheet 58. Concrete shall meet the specifications for concrete pavement as set forth in specification section 32 13 13 Concrete Paving. Median nose shall not be integrally colored. Monolithic median nose to be paid per each. 9999.0008 Masonry Column(For Wrought Iron Fence) Bid item shall include construction of the masonry column as detailed on sheet 69. Construction shall meet the requirements of specification section 03 30 00 Cast-in-Place Concrete. 3 samples of the masonry veneer shall be submitted to the City of Fort Worth for approval prior to construction. Construction of masonry columns to be paid per each. 9999.0009 Remove and Relocate PVC pedestals Bid item shall include removing and relocating the existing FVC pedestals as directed on sheet 7. Pedestals are FVC pipes with a"T" set up on the bottom that makes it difficult to pull straight out of the ground. They are not connected to the utility. If pedestals are damaged during relocation, new pedestals in equal or better condition to the existing pedestals prior to construction shall be installed. Removal and relocation of PVC pedestals to be paid per each. 9999.0010 Remove Monument Sign Bid item shall include removal of the existing monument sign and all appurtenances including but not limited to landscaping, illumination,and irrigation. Removal shall meet the requirements of specification section 02 41 13 Selective Site Demolition. Removal of monument signs to be paid per each. 9999.0011 Stamped Colored Conerete for Raised Pedestrmian Cr-osswnlks Bid item shall inelude integfally eolor-ed and stamped eeRer-ete pa-,"ei+1ent of varying thiekness (up 9999.0012 Miscellaneous Construction Force Account Bid item shall consist of miscellaneous construction adjustments and other non-subsidiary items requested for construction by the City of Fort Worth at the direction of the Project Engineer. Miscellaneous construction force account to be paid per each. Fort items not covered in the given bid items,Contractor shall submit to the City Project Manager a Lump Sum cost accompanied by a breakdown of labor and materials. Upon approval of the Lump Sum cost,Contractor shall submit for authorization on the Change Order Request Form via Buzzsaw. Upon approval of the Change Order Request Form,Contractor shall submit for payment on the invoice via the Force Account Bid Item. CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 999900-3 NON-STANDARD BID ITEMS Page 3 of 3 9999.0013 Monument Sign Bid item shall include construction of the monument signs detailed on sheets 42 &43. Construction shall meet the requirements of specification section 03 30 00 Cast-in-Place Concrete. Construction of monument signs to be paid per each. 9999.0014 Landscaping(Center Island) Bid item shall include all landscaping and as shown on sheets 32, 33,&34 including but not limited to maintenance walks, edging,concrete work,plants,decomposed granite, and underdrain. Construction shall meet the requirements of City of Fort Worth specifications 03 30 00 Cast-in-Place Concrete and 1166 12 Site Underdrain. Landscaping(center island)to be paid per lump sum. 9999.0015 Allowance-Irrigation Restoration Bid item shall consist of payment for the restoration of the existing irrigation systems as shown on sheet 7. Payment for restoration will be limited to cost plus an additional 10%for overhead. Irrigation restoration to be paid per each. Contractor shall submit to the City Project Manager a Lump Sum cost accompanied by a breakdown of labor and materials. Upon approval of the Lump Sum Cost, Contractor shall submit for payment on the invoice via the Allowance— Irrigation Restoration Bid Item. 9999.0016 Ther-moplastie Raised Fedestfian Crosswalk Arrow as shevem en shoo 28 and detailed an sheet 66. TheFmophtstie afffiea4ien sha4l Faeo :_R_�_Q_edd Ped—estFian Crosswalk Aff ow shall be paid per-eaeh. 9999.0017 SA-SO Solar-Powered Rectangular Rapid Flashing Beacon Bid item shall include installation of the Solar-Powered Rectangular Rapid Flashing Beacon as manufactured by SA-SO. Installation shall meet the manufacturer's recommendations. Substitutions shall be allowed as outlined in City of Fort Worth specification 01 25 00 Substitution Procedures. SA-SO Solar-Powered Rectangular Rapid Flashing Beacon shall be paid per each. 9999.0018 Remove and Relocate Barricades Bid item shall include removal and relocation of the guardrail and type III barricade at the end of Westport as shown on sheets 7 &28. If barricades are damaged during relocation,new barricades in equal or better condition to the existing barricades prior to construction shall be installed. Removal and relocation of barricades shall be paid per linear foot. END OF SECTION CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project:#02706 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities 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 Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised duly 1,2011 XGC-4.01 Availability ®f Lands THIS PAGE LEFT INTENTIONALLY BLAND CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 Revised July 1,20l I I %CUT- % vff %. ®218014962 3!21201811:23 AM PGS 6 Fee: $36.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records Ltc,, Mary Louise Garcia NOTICE OF CONFIDENTIALITY RIGHTS- IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR. STRIKE ANY OR ALL OF TM FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. City Project Number 02706, Westport Parkway at Alts Vista Parcel # 1A 13517 Alta Vista Road Lot-1, Bloch-1, Our Lady of Grace Addition STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT PEDESTRIAN ACCESS EASEMENT DATE: November 27,2017 GRANTOR: Michael F. Olson, Bishop of the Catholic Diocese of Fort Worth GRANTEE: CITY OF FORT WORTH,A MUNICIPAL CORPORATION OF TARRANT COUNTY, STATE OF TEXAS 200 TEXAS STREET FORT WORTH,TARRANT COUNTY,TEXAS 76102 CONSIDERATION: Ten Dollars ($1.0.00) and other good and valuable consideration,the receipt and sufficiency of which is hereby acknowledged. GRANTOR, for the consideration paid to GRANTOR, hereby GRANTS, SELLS, AND CONVEYS to GRANTEE, its successors and assigns, an exclusive, perpetual easement for the construction, operation, maintenance, replacement, and public use for pedestrian and non- motorized vehicles ("Pedestrian Access'�upon, under and across that portion of the PROPERTY more Mly described in Exhibit "A' and "B" attached hereto and incorporated herein for all pertinent purposes, such access to be used for public access;together with the right and privilege of GRANTEE to at any and all times to enter PROPERTY, or any part thexcof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the Pedestrian Access for use by the public . TO HAVE .AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anywise belonging unto GRANTEE, and GRANTEE's successors and assigns forever; and GRANTOR. does hereby bind itself and its successor and assigns to 'WARRANT AND FOREVER. DEFEND all and singular the easement unto Permanent Pedestdan access Easement Rev,1011/17 0)RT'WORT , ■ c�a�a. r vs v 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. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Pedestrian Access Easement Rev.10/1117 o�rWa s uta. w �E v GRANTOR.-Nfichael F. Olson,Righop of the 00hoUc Mocese of Fort Worth .. Mchael F. Oiso -Bishop Rev. M� :j es flart,Asti mey-iri-Fact ii Zvi i'IAaN t Isovt,S.`I.T7., Y3 Whop of'the gtholic 01'04eese of Fort Worill GRANTEE City of L art�1lorttt By(Signature): (Print N=e vo `oaJ e, `ro t° en# APPROVED AS T (Signature,) (Prifit dame) JOM4 OMMO 9,.Amom CIVAMMW TIM STATE OF TEXAS COUNTY OF T.ARRANT � BEFORE ME, the undersigned authority, a Not tPubiic in and.f6r the State of Texas, an this day personally, appeared'i S, sc �,J&Mga own to me to be the saw person whose turtle is- sub: .c ' djo the for6goid ingtrI ent, and acknowledged tome that the same was the act of RomF ' 2nd that he/she executed to same the apt of said A, and consideration therom expressed and xja 'the capacity thereit�.y� fated. -�.r-.IVEN UNDER MY HAND AND SEAL OF OFMCE this............ day of �,• .�f� 1KREWMADOW otery Pabiic in and.for the State ofTexas * �F W GOMMIS$ION EXPIRES. ApM24,2WQ HY'iN Pamianeft-pedesulan Acow Pasemant: Rev:ii IMI 'CPtTti. ^S V E %f �LCKNOWLED9EIVIENT STATE OF TEXAS COUNTY OF TAR1T BEFORE ME, the undersigned authority, a N 't- Publ' 'n an for the State of Texas, ars . this clay p60onaily appeared ------ t1 allof the City cif Fort Worth, known to rA to -bd t.. ).lama. erson whose name is subscribed to the foregoirfg instrument, and acknowledged to me that the sante was the act of the City of Fort Worth and thathe/she executed the same as the act of the City of Fort Worth for the purposes and consideration therein e)�pr68sed and in the. capacity tk o ein -strated. GIVEN .UNDER MY HAND AND SEAL OF COKE this � clay of Notary Public in acrd for t . :tate of Taxan 0* cm �w Permanent Pedestrlao Amass Easement Rev.ltiltll7 r ua�a. 6s v[ m EXHIBIT `°A" PERMANENT PEDESTRIAN ACCESS EASEMENT PARCEL IA BEING a 0.0047 acre tract of land located in the Z.D. Davis Survey,Abstract No. 1888, City of Fort Worth, Tarrant County,Texas,said 0.0047 acre tract of land being a portion of LOT 1,BLOCK 1,OUR LADY OF GLACE ADDITION, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the pIat thereof recorded in Cabinet A, Slide 11.519, Plat Records, Tarrant County, Texas, said 0.0047 acre tract of land also being a portion of a called 6.939 acre tract of land conveyed to JOSEPH P. DELANEY, BISHOP OF THE CATHOLIC DIOCESE OF FORT WORTH, by deed as recorded in Instrument Number D204380251, Official Public Records,Tarrant County, Texas, (O.1P.R.T.C.T.), said 0.0047 acre tract of land being a Permanent Pedestrian Access Easement and being more particularly described by metes and bounds as follows: BEG114NING at a point on the north lot Iine of said Lot 1, same being the south right-of-way line of Alta Vista Drive, being a 60 foot public right-of-way, conveyed by Lost Spurs Addition, being an Addition to the City of Fort Worth, Tarrant County,Texas, according to the plat thereof recorded in Instrument D200059921, O.P.R.T_C.T., said beginning point being North 46°43'41" East, 113.64 feet from a 518 inch iron rod with yellow plasiie cap stamped "Dunaway Assoc. Inc.," found on the northwest lot line of said Lot 1, said beginning point also having a grid coordinate of N: 7,039,955.69 and E: 2,341,437.26, and being at the beginning of non-tangent curve to the right having a radius of 20.00 feet; THENCE along the said north lot line of Lot 1 and along the said south right-of-way line of.Alta Vista Drive, and in a southeasterly direction, along the said curve to the right, an are length of 25.22 feet, and across a chord which bears South 829 1'54"East,a chord length of 23.58 feet; THENCE South 46024134"East,continuing along said lot line and said right-of-way line, 20.82 feet; THENCE North 65°37'52" Vilest, departing said lot line and said right-of-way line, over and across said Lot 1,42.22 feet to the POINT OF BEGINNING. The hereinabove described bract of land contains a computed area of 0.0047 acres (206 square feet) of land more or less. The basis of bearings for this survey is NAD83 Texas North Central Zone(4202). All distance shown are surface, *SURVEYORS CERTIFICATE* I do hereby certify that the above Iegal description was prepared from public records and from an actual and accurate survey upon the ground and that same is true and correct. �! OF r ...................:... Surveyors NOW.trl'OS. Spooner ERic S. SPOONER Registered Professional Land Surveyor,Texas No.5922 . ,.22 ••..•... • 5022 Spooner and Associates Inc. � .� '•.,fsst..•• C� Texas Board of Professional Land Surveying No. 10054900 Surveyed on the ground 092016 JOSEPH P.DELANEY—PARCEL 1A—EMBIT"A!'—PACE i OF 2 SPOONERANDA55DoraTE8rINC,909 BYERS STREET,#1o0,BULEBB,Tems7oD39—PH.997-885-@448 EBPooNER®sP4oNERsuRVEYoRs.com--WA#1&423 E iA�V V VE d JK 0. � U ' Q {� ons w. \ \ o00 00 z QCoo \ d'F aul O' \ r Lt in DK MLU cc @6 \ w p U films'. IJd �l w fl) ••. + � z o CA W at od � � U LL, b �Ld m A z IW 0 u L Z CR u �� Pi 441E a. Lu j m 4o mi LU �� x C) w w w 8� �' A r = 4W Q� o O � � � 0Ea a g" Lu r Lt1 � g�4 C'? ° a aquas I v§ v D218044978 3121201811:27 AM PGS 6 Fee: $36.00 Submitter. XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records frl +�5cch��.:a Mary Louise Garcia Ci lty'Ptbject I uMberr 0270.6;ftstport Parkway at Alta Vista Parcel.# 18 13517 Alta Vista load L04, Blocky-1, Our Laxly oaf Grade Additioh CI"T"Y OF FORT WO Tll TENlIE0RAR-Y C0NSTRUC l0N EA.REMMT DATE. GRANTOP. r4 ehae)l F. ()'&on, B'5hap of the Ca#balk))joeese of Fort Worth. GRANTEE: CITY OFTORT WORTH,A 1VTl MCIPAL CORPORATION OF T""JtANT COUNT',STATE OF TFXAS 200 TEXAS STREE,T`. SORT E #3l:Ti , T.COUNTY,TF 'XASL 761.02 CONSIDERATION. "ren Dollars E$10.00) and other good and VWU9ble dohsideratfon:, the receipt and sufficiemy of which is hereby acknowledged... Grantor, for the consideration paid to Grantor, hereby grant, bargain andconvey unta Gr6ntee, its successors and assigns; the use and passage in, over, and .across, below and along the Easement Property situated in: Tarrant.County; Texas, in accordance with the legal description hereto attadhed As Exhibit"A;", and ingress and egress over Grantor's property to the easement as shown.on Exhibit"all. If is further agreed and understood that 'Grants be perm scl tuse; cif said Easement Property far the purp9se of 4ftrpase.of the easomeni.i>. Upon.completion ofirn-provements and its. acceptance -by Grantee, all rights. greeted Within the described Temporary Corr tructicn Easemen#.shall cease. TCS HAVE AND TO HOLD the- above de=. lbed Easement Property, forgether with, all and singular, the rights .and appurtenances thereto In anyway belonging unto Grantee,- and Grantee's successors and assigns until the completion of construction and acceptance: by Grantee. Grantor.hereby bind themselves, their heirs, successors, and asslgns, to warrant and defend., all and sin.VWar,..said easement unto Grantoe, its successott and assignis. agaim. t every person whomsoover lawfully cle[ftiIhg or to claim tha.same; or any pad thereof. (SIGNATAEF APPEAR.ON THE,FOLLOWING P; GFj Tarnparar�r Cons�ustionEase�ant IMAM FORTWORTH. ca�ti. r air v GRANTOR: Mehael Fd Olson,Bishop of the Catholic]Diocese offoarEWorth Michael F: Olson Bishop. )aeries Harr,) torney-in.-Ritt fc)r micaeii F°. �Isc�rtFT.U, Bishop of the Catholic C3iocese of Fart Wartil GRANTEE rty F�+rt llllcrth By(Signature): _. ts �, (print Name,) APPROVED.AS TQ1PORM AND LEGALITY (Signature) ` rttrt Naaaxe� t �gng, t Cid A&�My ,STATE OF'rr=XAS § COUNTY TY OF TA>FtRANT � BEFORE E (I11E, the unde.rs' ned autlZprit ,. a NO P lic in end for the ate of Texas, on this day-personally appeared M t „� ���t�. _w _, m�a�ivn to ma tv be the same parson whose name Is subscribed to-the foregoing instrument, aitd acknowledged to me that -the same was the act.of K . "TXIVI and, that hefshe execwfisd the same as the ect of said ej fo:r the purposes and consideration therein expressed ed in:the capacity therein:stated_ -GfVEN UNDER MY HAND AND SEAL aF OFFICE this dayof Ft#�Fl5f�84�W oWry ubiic.in ;And.for the St9td cf Texas t�rr�aa�� /y} synn I ua�a. N V1 is ACKNOWLEDGEMENT STAT5 OF MAS BEFORE M'E, the undersigned authority, a t ry. Pubi In and for.the. State of `Texas, on this day personaffy appeared ; � � � �" "# �.- -_----- of-the City of Dart Worth, known to me to be the slaffie pe. on whose name is subscribed to the f6regoing. instrument, and. acknow1od,g:ed to me that the.samo was the act of the City,of Port Worth anid that hel�6he executed the same as the aat-of the City of Fort. Wo#th for the purposes and consideration therein expresses[ and in. the capacity therein Mated. GIVEN UNDER WHAND AND-SEAQ„ OF OFFICE this c`� day of 2Q1 6 b.T CIY Notary.Public in and-for the St' o TeXas .. sstullll6 ef'b ID .045101 `ompoty COtwCruatiog Easement ro�vaoi� EXHI$IT 'cAi� 34' TEM PORARY CONSTRUCTION EASEMENT PARCEL IB BEING a 0.1793 acre tract of land located in the Z.D.Davis Survey, Abstract No. 1888, City of Fort Worth, Tarrant County,Texas, said 0,1793 acre tract of land being a portion of LOT 1,BLOCK 1,OUR LADS'OF GRACE ADDITION, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Cabinet A, Slide 11819, Plat Records, Tarrant County, "Texas, said 0,1793 acre tract of land also being a portion of a called 6.939 acre tract: of land conveyed to JOSEPH P. DELANEY, BISHOP OF THE CATHOLIC DIOCESE OF FORT WORMSby deed as recorded in Instrument Number D204380251, Official public Records,Tarrant County,Texas,(O.P.R.T.C.T.),said 0.1793 acre tract of land being a 30 feet wide Temporary Construction Easement and being more particularly described by metes and bounds as follows: BEGI'UMG at a point on the northwest lot line of said Lot 1, same being the southeast right-of-way line of Westport Parkway, being a 110 foot public right-of-way, conveyed by plat of Westport Parkway, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Instrument D208027I 15, O.P.R.T.C.T., said beginning point being North 48049'12"East, 18.34 feet from a 518 inch iron rod with yellow plastic cap stamped"Dunaway Assoc.Inc.,"found in the said lot line of Lot 1, said beginning point also having a grid coordinate of N: 7,039,889.87 and E: 2,341,368.32, and being at the beginning of a non-tangent curve to the left having a radius of 1,055.00 feet; T ENCE along the said lot line,along the said right-of-way line, and in a northeasterly direction, along the said curve to the left, an are length of 87.20 feet, and across a chord which bears North 45°57'15" East, a chord length of 87.18 feet, to the northeast right-of-way corner of said Westport Parkway, same being a southwest right-of-way corner of Alta Vista Drive, being a 60 foot public right-of-way, conveyed by plat of Lost Spurs Addition, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Instrument D200059921,O.P.R.T.C.T.; THENCE North 439510"East, continuing along the said lot line and along the southwest right-of-way Line of said Alta Vista Drive, 2.00 feet, to the beginning of a non-tangent curve to the right having a radius of 20.00 feet; THENCE continuing along the said lot line,said right-of-way lino,and in a northeasterly direction, along the said curve to the right, an arc length of 6.20 feet, and across a chord which bears North 52°28'06" East, a chord length of 6.17 feet; THENCE South•65137'52"East, departing the said lot line and said right-of-way line,over and across said Lot 1,42.22 feet,to the northeast lot line of said Lot 1,Same being the said southwest right-of-way line of Alta Vista Drive; THENCE South 46°24'30"East,along the said lot line and along the said right-of-way line, 148.62 feet; THENCE departing said lot line and said right-of-way line,over and across said Lot I the following courses and distances; South 43"35'30"West,30.00 feet; North 46°24'30" West,along a line that is 30 feet southwest from and parallel with the said northeast lot line of Lot 1, 143.54 feet; JOSEPH P.DELANEY—PARCEL 113 w EXHIBIT"A" PAGE I of 3 $pcamERANOAssociA,;ss,INC,3D8 BYERS"STREET,#100,EULQSS,Taus 78088—PH.917.885-13448—MPCOHER05FOO ERSURVEYoftS.COM—S&A#1B-123 North 65°37'52" best, 16.93 feet, being at the beginning of aanon-tangent curve to the right having a radius of 1,085.00 feet; In a southwesterly direction, along said curve to the right,along an aro that is 30 feet southwest from and coincident with the said northwest lot line of Lot 1, an arc length of 73.62 Feet, and across a chord which been South 461114'49"West,a chord length of 73.61 feet; North 46°24'51" West,30.10 feet,to the POINT OF BIEGMING. The hereinabove described tract of land contains a computed area of 0.1793 acres(7,811 square feet)of land more or less. The basis of bearings for this survey is NAD83 Texas North Central Zone(4202). All distance shown are surfaces_ *SUIt'V'EYORS CERTIFICATE` I do hereby certify that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that same is true and correct. 000000 F w V Ei-4— Ln Surveyors .E ie S. Spooner ERIC S SPOONER Registered Professional Land Surveyor,'Texas No. 5922 5922 v. Spooner and Associates,Inc. �. �y� ss Texas Board of Professional Land Surveying No. 10054940 b s'Rv E� Surveyed on the ground 09-2016 JosEpm P.DF-LANF Y—PARCEL lB—EXHIBIT"XI M PAGE 2 of 3 SPOOMER ANo MwalATES,IHC,3os sVERs swwr,#100,EU ESS.TERAS 76[)89--PH.B17.6S5^B4A$—E:SAOQHER�SPdDNERBURVEYPk6 COM••$8r/1#16-123 / iL T= q; r •� V9• LOt JLJ V. UOJ Lul 0. wo 10 40 LLI AN ��+ " 4 ~�? o z CQ U) z z / / er�'L CJ _ L 4 LEI r fif Ltj rte• ♦♦ ♦ Q � ,e, �� ♦ ms s�� ♦ �, s ♦ o / n ° ♦ ♦ 0 LD z � 6,4 e 0 iZ � U 46 :� 400 „m a p ' z t7. Olh -!• z u� �u 0 k�a.. N ¢• D'• �y ? qti oQo < STT qr Q en d W[L !—I; in, OMR C$41 LU m O�� p 00 Ul LLI co 5a, Vi ti O f U o LU oo A C) bz 4 rn c 00 ao U cl �a�Vt -1 D218203209 9/12/2018 8:30 AM PG 5 Fee: $32.00 Submitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records +`_ �(j��c���u�►�,�,r, Mary Louise Garcia NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER, City Project Number 02706, Westport Parkway at Alta Vista Parcel#2A Block B, Lot-1, Lost Spurs Apartments Addition THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT Fort Worth Housing Finance Corp, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, 'Texas, receipt of which is hereby acknowledged, does Grant, Bargain., and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "B". Grantor does hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right-of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to construct, .maintain and repair the roadway and right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10`x' anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easement instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. TO YIAVE AND TO HOLD the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever. Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claim the same or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] RIGT OFAMAY EASEWNT 1 Rev.1112712017 GRANTOR(S): Fort Worth Housinginanca__Cor --- ............. _.,............... Name ..�. APPROVT±:D ASTO FORM AND CITY OF FORT WORTH LEG Ty: f' ,. Assis t:'CIty Att ey� 14 Title: l � oct 'rWAV Avanirc+ t+ THE STATE OF TEXAS § 4 COUNTY OF TARR.ANr §: ACKNOWLEDGMENT BEFORE .ATTR, thc.undersigned authority, a Notary Public in and for the Mate of Texas, on this day personally appea ed��za ,2 for the Ciry.of City of Font Worth known to me to be the, person whose name is subscribed to the foregoing ino-urnent and acknowledged to me that he executed the same as the act of the City of Fort Worth for the purpose .and consideration therein expressed and in the capnoity therein stated. GIVEN IINDFR`MY HAND AND SEAL OF OFPiCL, this the d y of A. _..?20L 0,T-CODS PuMANOt �f lei f t4pwy#D#12365007 Notary. Public.in and for th tat of Texas R.Va 1l n7hf)i7 I Sato%. %F %el Re THF.STATE OF TEXAS COUNTY Or'-T",RANT' § ACKNOWLEDGMENT ... .... .. .............. BEFORE ME'P the und `rsigned authority, a Notary Publicifn and for the.Mate of Texas, on this day pers(ndly appeared HED known to me to bo the saino person whose name:is -subscribed to the fofegoing instrument, and acknowledged to-me that same ms the act raAnma.vM^ �, q -gad that he/she executed the as the act of saki =P, x0ijamo of W Bm .al' o ic� pa ity therein stated. the purposes (foonsideration thev��b expressed and in U ca c� GIVEN UNDER MY HAND AND SEAL OF OFF ICE this day of SARAMBUIRIKETT 0, 0491W4 40ter I kly Notary ID#13049IW4 Nvtar ublie in an far. V Z I t�llfftate 6 T�Wxas rb S a 1;.j E-pirbs January 11, ,RIG111-OF-WAYEAM3MINT 3 lkcv.111271200 L'X13i IT"A's RIGHTw-OFRWA'Y EASEMENT PARCEL 2,A. BEING a 0.0367 acre tract of land located in the Z.D.Davis Survey,Abstract No. 1588, City of Fort Worth, Tarrant County, Texas,said 0.0367 acre tract of land being a portion of LOT 1,BLOCK C,LOST SPURS APARTMENTS, being an Addition to the City of Port: Worth, Tarrant County, Texas, according to the conveyance plat thereof fled for record in Tarrant County Clerk's Instrument Number D214178030, Official Public Records, Tarrant County, Texas, (O.P.RX.C.T.), said 0.0367 acre tract being a portion of that same tract owned by FORT WORTH HOUSING FINANCE CORPORATION, said 0.0367 acre tract of land being a right-of-way easement and being more particularly described by metes and bounds as follows: BEGINNING at a 5/8 inch iron rod with yellow plastic cap stamped"Dunaway Assoc.Inc.,"found at a south lot corner of said Lot 1, same being the northerly right-of=-way line of Alta Vista Drive, being a 60 foot public right-of-way,conveyed by Lost Spurs Addition,being an Addition to the City of Fort Worth,Tarrant County, Texas, according to the plat thereof recorded in Instrument D200059921, O.P.R-T.C.T., said beginning point also having a grid coordinate of N: 7,040,107.09 and E: 2„341,414.40, said 5/8 inch iron rod being at the beginning of a tangent curve to the right having a radius of 20.00 feet; THENCE along the southwest lot litre of said Lot 1 and along the said northerly right-ot=way line, the following courses and distances: Along the said tangent curve to the right, an are,length of 31,42 feet, and across a chord which bears South 88°35'30”West,a chord length of 28.28 feet; North 461124130" West, 11.92 feet, to the beginning of a tangent curve to the left having a radius of 280.00 feet; In a northwesterly direction,along the said curve to the left,an arc length of 37.39 feet, and across a Chord Which bears North 50114'02" West, a chord length of 37.36 feet to a 518 inch iron rod with a cap stamped"SPOONER&ASSOCIATES"set(hereinafter referred to as an iron rod set); THENCE South 83°43'33°East,departing said lot line and said right-of-way line,over and across said.Lot 1, 87.11 feet to an iron rod set on the southeast lot line of said Lot 1,same being the northwest right-of-way line of Westport Parkway,being a 110 foot public right-of-way as shown on said Lost Spurs Apartments,said iron rod set being at the beginning of a non-tangent curve to the left!raving a radius of 1,000.00 feet; THENCE along the said lot line and along the said right-of-way line,the following courses and distances: In a southwesterly direction,along the said curve to the left,an arc length of 12.31 feet, and across a chord which bears South 43°45'47"West, a chord length of 12.31; South 43144'S4" West, 16.02 feet, to the intersection of the said northwest right-of-way line of Westport Parkway, and the said northerly right-of-way line of Alta Vista}give; TIIENCE South 43°35'27" West,continuing along the said lot line and along the said northerly right-of-way line of Alta Vista.Drive, 1.98 feet to the POINT OF BEGMING. The hereinabove described tract of land contains a computed area of 0.0367 acres(:1,599 square feet) of land more or less. FORT WORTH ROUSING FINANCR CORPORATION—PARCEL 2A F5XH031T"A"—PAUL 1 OF 3 SPOONERAND AssocaTEs,INC,309 BYERS STREET,#700,EUWss,TWS 78039 PH.817-865.8448-ESPOnVER@BPOONER8LrRvgyaRa.coM—S&A#16-123 Y� moo, 11 - V r O Jr �s k W 4 Q. >� h F ii < u k y :3 1? m� 1? w _`3 m r 1L W Z J my� uj go 44�d% t CL. wil � 6 '610z i m w =-)N 03 rLCL z � 0� zW �, Q am 0 � � COI)LLI o m CO S � � z W ' "' IL 'Novi LLI LL Zj 00 XC4as a M LU W Q � i L — N 4� ,� �+ w � �-- / ro V J I/ ziR 43 O ZJS,�`s'tYi y uJ O LM a t9 vQ) / Ex) >71 �4 1L z QO4.i / rot 9 ri oCO Z Urn t'li 0 LL I o rg, A? M Fes^ U nl Ci l Q' J c3 a SAN*, ■ v1 %, D218203208 9/1212018 8:30 AM PG 6 Fee: $36.00 Submitter:XEROX COMIV ERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records t_ Mary Louise Garcia NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIDE ANY OR ALL OF THE FOLLOWING INFORMA'T'ION MOM THIS INS'T'RUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. City Project Number 02706,Westport Parkway at Alta Vista Parcel#2B Block B, Lot-1, Lost Spurs Apartments Addition STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT PEDESTRIAN ACCESS EASEMENT DATE: November 27,2017 GRANTOR: Fort North Housing Finance Corp GRANTEE: CITY OF FORT WORTH,A MUNICIPAL CORPORATION OF TARRANT COUNTY, STATE OF TEXAS 200 TEXAS STREET FORT WORTH, TARRANT COUNTY,TEXAS 76102 CONSIDERATION: Ten Dollars ($10.00)and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. GRANTOR, for the consideration paid to GRANTOR, hereby GRANTS, SELLS, AND CONVEYS to GRANTEE, its successors and assigns, an exclusive, perpetual casement for the construction, operation, maintenance, replacement, and public use .for pedestrian and non- motorized vehicles ("Pedestrian Access") upon, under and across that portion of the PROPERTY more fully described in Exhibit "A' and "B" attached hereto and incorporated herein for all pertinent purposes, such access to be used for public access; together with the right and privilege of GRANTEE to at any and all times to enter PROPERTY, or any part thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing the Pedestrian Access for use by the public . TO ITAVE AND TO HOLD the above-described easement, together with all and singular the rights and appm-tenances thereto in anywise belonging unto GRANTEE, and GRANTEE's successors and assigns forever; and GRANTOR does hereby bind itself and its successor and assigns to WARRANT AND FOREVER DEFEND all and singular the easement unto GRANTEE, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same, or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Pedestrian Access Easement Rev,11127117 FoR_ H. I %A{vi is i "es M GRANTOW Fort Worth Ifousing Finance Corp BY: .. GRANTEE: Pty".1of'Fort Worth By(Signatum)� (Print Nam 9C c ,prropole r l i [' mon4 irec4t��* APPROVED A 3RM AND LEGALFTY �,rN :(�ignaYure� (P;rint Name)� $� 1+ r� 0m ay THE STATE OF TEXAS § § COUNTY OT TA;RRANT § ACKNOWL DGMEYF BEFORE ME, the undersi ied author' a N.otary Publie-in and for the Mate of Texas, on this day personally .� , eared Y p Y 1 p trknown. to erre to be the saute. person whose name is subscribed otthe B'oregwng instruments and acknowledged to me that the same was the act of and that he/she executed the same as the act of said voll-k VVO~elf F tk a purposes ane/ conaideration kheivi r expressed and in the capacity therein stated. GIVEN"i DERMY HAND AND SEAI, OF OFFICE this �- � � day of A . 20 , SARAH BURKETT My hiolery IDI 1.10019M Notary Public in and for the State.of Texas. =:: �xpFreS anu ry x1,2020 Permanent Pedesffliih Access Eme 6 tent R®v:11127117 I """_ V %P1 M ACI4NOWI ,EDGEN1t-INIT STATr= OF TEXAS COUNTY OF`BAR NT � BEFORE ME, the undersigned authority, 3 otary P :blip, inand for � State of Texas, $nthis day personally appease �^ � - '� tri kgf the City of Fort Worth, knoWh o m " t . the me person -____-- whose name is subscribed to the.foregoing'instrurnent; and acknowledged to.me.that the same was the act of the City of Fart Worth and that helshe executed the same as the act of the City sof Fort Worth for the purposes and consideration therein expressed and in the capacity. therein stated. GIVEN UNQER DIY HAND AILD.SEAL OF OFFICE this day of O,T.. C.ODY Notary.Public in and for t fate of Texas tyPAft4[aWOf Permanent Pedesirin Access Eaa&lenl Rev:11127/97 FWWORTw PERMANENT PRDIMSTRI<AN ACCESS EASEMENT PARCEL 2B BEING a 0.0327 acre tract of land located in the Z.D.Davis Survey, Abstract No. 1888,City of Port Worth, Tarrant County,Texas,said 0,0327 acre tract of land being a portion of LOT I,BLOCK C,LOST SPURS APARTMENTS, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the conveyance plat thereof filed for record in Tarrant County Clerk's Instrument Number D214I78030,Official Public Records, Tarrant County, Texas, (O.P.R.T.C.T,), said 0.0327 acre tract boing a portion of that some tract owned by FORT WORTH HOUSING FINANCE CORPORATION, said 0,0327 acre tract of land being a Permanent Pedestrian Access Basement and being more particularly described by metes and bounds as follows: BEGINNING at a point on the southeast lot line of said Lot 1,some being the northwest right-of-way line of Wostport Parkway, being a 110 foot public right-of--way, as shown on said Last Spurs Apartmmnts, said beginning point being North 43041'23" East, 30.42 feet from a 518 inch iron rod with yellow plastic cap stamped "Dunaway Assoc, Inc.," found at a south lot corner of said Lot I, said lot corner boing on tho northerly right-of-way of Alta Vista Drive, being a 60 foot public right-of-way, conveyed by Lost Spurs Addition, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the plat thereof recorded in Instrument D20005992 I, O.P.R.T.C.T., said beginning point also having a grid coordinate of N: 7,040,129,00 and E:2,341,435.36; THENCE North 83043133" West,departing said lot line and said right-of-way line, over and across said Lot 1,87.11 feet,to a point on the southwest lot line of said Lot 1,some being the said northerly right-of-way line of Alta"Vista Drive, said•point being at the beginning of a non-tangent curve to the left having a radius of 280.00 feet; THE NCR along the said lot line and along the said right-of-way line, in a northwesterly direction,along the said curve to the left, an aro length of 34.01 feet, and across a chord which bears North 5732'22" West, a chord length of 33,99 feet; THENCE departing said lot line and said right-of-way line,over and across said Lot 1 the following courses and distances: South 80038'3(}"East,71.04 feet; South 89024+56"East,60.63 :fleet to a.point on the said southeast lot line of Lot 1,same being the said northwest right-of-way line of Westport Parkway, said point being at the beginning of a non-tangent curve to the left having a radius of 1,000.00 feet; THENCE along the said lot line and along the said right-of-way line, in it southwesterly direction, along the said curve to the left, an are length of 21.96 feet, and across a chord which bears South 44°44'41" West, a chord length of 21.96 feet to the POINT OF BEGINNING. The herainabove.described tract of land contains a computed area of 0.0321 acres(1,426 square feet)of land _ more or less. The basis of hearings for this survey is NAD83 Texas North Central Zone(4202). All distance shown are surface. FOEtT woRTit Housmo FINANCE coRPORAT[ON--PARcEL 2S-BxMrr"A"-PAaE 1 or 3 sPoomtAim AssamTes,1N0�909WmRaSTREET,9101),Mew,TEXAS7605D-•PR,D17A96.9449—mmoNewspooNr-ReuRvayoRs,com—sm#10.128 *SURVEYORS CERTIFICATE* I do hereby certify that the above legal description Was prepared frons public records and from an actual and accurate survey upon the ground and that same is true and eorreot OF j q. 5 TEq•.�,f. Surveyors6NocS.Spooner •ERIC.5. sat .. Registered Professional Land Surveyor,Texas No.5922 5922 Spooner and Associates,Inc. °`� off' Texas Hoard of Professional Land Surveying No. 10054900 ' Surveyed on the ground 09-2016 FORT WORTH H©USR40 MANCIR CORPORATION—PARCEL 2B ]3xHrBIT"A" PAOE 2 OF 3 SPOGHORAwASAMIAM,ING,SQ9BYERS STRELY,#10o.EuLEBS.irgm 78909=P14,$17.8$6$449^GSPD0NERQ6P0DMM8URU&Y0J1]LWM •SM00.128 4 io LLI ca LL 0 F3 N1.4z re R a f 40 Lw 82 cp �'�' r 1uj N (000 um 46, R uj ur �11, o 04 I same_ a yr v D210203210 9/121201€3 8:30 AAS! PG 6 Fee: $36.00 Subrnitter.XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records t- It/�catGcy 4�.:, Mary Louise Garcia City Project N umber 02706, Westport Parkway at.Alta VI sta Parcel#'2C Blodk B, L,61m11, Lost Spins Apanments Additloh CITE`OF PORTWC.KTH TEMPORARY ONSTRUCTION EASEMENT DATE: 20 19. GRANTOR.- Fort Worth Housing FinaAae Corp GRANTEE:.CTT'OF FORT WORTH,A MUIN>CI PAI., CORPORATION.O "t"ARRANT COUNTY,STATE.G#TEXAS 204 TEXAS STREET FORT WORTHS TARRANT COUNTY, TEXAS 76102 CONSIDERATiOM Ten Doiltift ($10,00) oral other good and valuable contideratloh, the .receipt and sufficiency of which is hereby acknowledged. Grantor, *far the cbni�ideratibn paid to Grantor, Therapy grant, bargain and convey Unto Grantee., its successors. and assigns; the use and passage in, over, and across, below and along. the Easement Property sftuated In Tarrant County, Texas, In accordance With the legal description hereto attached as Exhibit "K, and ingress and egress over Granttar's property to the easement as shown-on Exhibit "B„ it. is further agreed and understood that..Grantee will be permitted the use. of said Easement. Property for the :purposa of constructing street right -of way anal sidewalk improvements. Upon cor>ipletian of improvements acrd its acceptance by Grantee,- all 'rights granted Within the described temporary Construction Easement ohall cease, TO HAVE AND TO HOLD the' above described Easement Property, together with, all and sirigdlar, the rights acid apladirteriarrces thereto in anyway belonging unto Grantee, and Grantee's successors: and ass[gns until the completion of construction and acceptance by Grantee. Grantor hereby.hind themselves, the r heirs, successors, and assigns, to warrant and defend, all and singular, said easement unto Grantee, its-successors and assigns; against every person.whomsoever.lawfuliy claiming or to claim-the same, or any part thereof, [STC-NATMM,S APPEAR ON TIM ta'01j,0W1NG p.A GE.j TomporzayCans.(Am ionrmsamentE 11127/20[7 �k s uyti. as ori v GRANTOR: Fort North Rousing Finance Corp BY: .._.w.. GRANTEE:Zfyt . tf P rt Worth By(Signature rvectollcrpelriyIement]Xtlr .(Print Nan APPROVED AS 00 RM - N� LEGALITY (Sighature) (Print Name) �t �n ACKNOWLEDGEMENT STATE O TEXAS § COUNTY OF 'TARRANT � BEFORE ME, the undersigned authority; a Notary Public in and for the State of Tejcas, on this day personally appeared iinW, known to me to he the same parson whose name is subscrib6d to the foregoing instrument,, and'.acknow#edged to me that the same was the -act of : •yA and that he/she executed the same as the apt of said, r � t ►4� ivZ „id }_ �m :? i,,.,.,,.,,,.,. forthe purposes and consideration therein expressed and in the capacity therelrr stated, GIVEN UNDER MY HAND ANIS SEAL OF OFFICE this qd1j day of JAYWAri ID#1.304$1984 - ' Notary Public ih and fdr'the Butte of Texas ':3�.� Rhe+r �xplra�.t�r,uary 1'f,2D�Q 'I'enp�rary Cdpstruuliitn F:asavisenE 1 I f2.7JZ(117 e I VAISb %V %Pl %# ACKNOWLEDGEMgNT STATE OFTEXAS COUNTY OF TARRANT BEFORE ME, the undersigned authority, aMpr c ,m and for the State of Texas on this day personally appearedMbli Z)-*Ct!Ej of the 'City of Fort Worth, known td �r7i�ao b�-M8 sam person whose name is subscribed to the fprpgoing instrument,. and acknovvi dgel. to Me that the same was.the act-of the.City of Port Worth.and that he/she executed the same as the.act of the City of Fort Worth for the purposes and consideration therein express-ed and in th6 capacity -therein stated. GIVEN UNDER MY'HA.N[)AND S.EAL OF OFFICE.thisof 20- :0 Notary Public in and-fathe ttate of Texas Telliporety Cownwtim-Famew. HMML7 L`XM11I A "A!7 TEMPORARY CONSTRUCTION BASEMENT PARCEL 2C BRING a 0.2884 acre tract of land located in the Z.D.Davis Survey,Abstract No. 1888, City of Fort Worth, Tarrant County,Texas,said 0.2884 acre tract of land being a portion of LOT I,BLOCK C,LOST SPURS APART NTS, being an Addition to the City of Fort North, Tarrant County, Texas, according to the conveyance plat thereof filed for record in Tarrant County Clark's Instrument Number D214178030,Oficial Public Rocords,Tarrant County, Texas, (C).P.R.T.C.T.), said 0.2884 acre tract being a portion of that same tract owned by FORT WORTH HOUSING FINANCE CORPORATION, said 0.2884 acre tract of land being a Temporary Construction Easement and being more particularly described by mets and bounds as follows: BEGINNING at a point on the southeast lot line of said tract,same being the northwest right-of-way line of Westport Parkway, being a 110 foot public right-of--way, as shown on said Lost Spurs Apartments, said beginning point being North 44'07'55" Best, 52.37 feet from a 518 inch iron rod with yellow plastic cap stamped"Dunaway Assoc. Inc.,"found at a south lot corner of said Lot 1, said corner being on the northerly right-of-way of Alta Vista Drive, being a 60 foot public right-of-way, conveyed by Lost Spurs Addition, being an Addition to the City of Fort Worth,Tarrant County,Texas,according to the plat thereof recorded in Instrument D200059921, O.P.R.T.C.T.,said beginning point also having a grid coordinate of N:7,040,144.59 and E:2,341,450.82; THENCE North 89124'56" West, departing said lot line and said right-of-way line, over and across said Lot 1,60.63 feet; THENCE North 8003830" West, continuing over and across said Lot 1, 71.04 feet, to a point on the southwest lot lino of said Lot 1,same.being the said northerly right-of-way line of Alta Vista Drive,said point being at the beginning of a non tangent curve to the left having a radius of 284.00 feet; THENCE along the said lot line and along the said right of way line, in a northwesterly direction,along the said curve to the left, an aro length of 61.62 feet, and across a chord which bears North 67119'25" West; a chord length of 61.49 feet to the southwest lot corner of said Lot 1,same being the southeast lot corner of Lot 26, Block 10, Lost Spurs Addition, being an Addition to the City of Fort Worth, Tarmrnt County, Texas, according to the plat thereof recorded In Xnstrument Number D200059921,O.P.R.T.C.T.; THENCE North 431135130" East, along the northwest lot line of said Lot 1, same being the southeast lot line of said Lot 26, 19.15 feet; THENCE departing said lot lines,over and across said Lot 1,the followingg courses and distances: South 80°38'30"East, 117.80 feet, South 89°24156" East, 45.95 feet, being at the beginning of a non-tangent curve to the right having a radius of 1,030.04 feet; in a.northeasterly direction,along the said curve to the right,an arc length of 166.20 feet,and across a chord which bears North 50042'43"Bast,a chord length of 166.02 feet; North 55°19'51"Bast,85.51 feet; FORT WORTH HOMING FINANCE CORDO A`11oN FAMEL2C—EXHMIT"JV'—PAGR 1 OF 3 SPOONER ANAANOMTES.ING,aOO BYERS STREET,010%EULES8,TEXAS 7$639•-PK 017-006-9440-9SP013NEROSPOONERGURVWQRSJM-8&A#1642a 3 South 32*55109"East,30.51 feet to a point on the said southeast lot line of Lot 1,same boing the said northwest right-of-way line of'Westport Parkway,said point being at the beginning of a non-tangent curve to the left having a radius of 1,091.00 feet; TIMNCE along the said lot line and along the said right-of-way line,the following courses and distances: In a southwesterly direction,along the said carve to the left,an arc length of 38.54 feet, and across a chord which bears South 56°04'07'West,a chord length of 38.54 feet; Soulh$5°19'5111 West,46.04 feet,to the beginning of a non-tangent curve to the lett having a radius of 1,000.00 feet; in a southwesterly direction,along the said curve to the lett,an are length of 173.56 feet,and across a chord which bears South 50°20'44" West, a chord length of 173.34 feet to the POINT OF �>�GIN1�iING. The hereinabove described tract of land contains a computed area of 0.2884 acres (12,565 square feet) of land more or less. The basis of bearings for this survey is NAD83 Texas Forth Central Zone(4202), All distance shown are surface. *SURVEYORS CERTIFICATE* I do hereby certify that the above legal description was prepared from public records and f om an actual and accurate survey upon the ground and that same is true and correct. ► '7 y �r Surveyors N ,Eric S.Spooner ..........................SPOONER Registered Professional Land Surveyor,Texas No.5922 5922 y. Spooner and Associates,Inc. Texas Board of Professional Land Surveying No. 10054900 kp s uR\0- Surveyed on the ground 09-2016 FORT MATH HOUSIN13 FINANCE CORPORATION—PARCEL 2C EXHIBIT"A"--13A{IB 2 of 3 SPOONERANDA8 MIATes,ENC,300BYER8STRIMT,#10U,E1aLE86,Two 78089—Pm.Oil-$05.8444--NPOONER®BPOONERBUR11MMOOMmG&A 619-123 E %Amu V VI V yj pi tL 133 LU p. ��i � •V y� pq � Edo � s�J ryJ 1 a f ,p_\ '' \ ° to C:8ml a�. C '9 o o co X V � co LU NO �. �po �c -44 41!,o". ID � Wo z P4 $ o \ \ Ado / '" I "W%. I vE v 02/8203168 911212010 8:21 AM PGS 6 Fee: $36.00 Submitter: XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records p ftG -1 ►a<,:, Mary Louise Garcia NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATU L PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED ROR RECORD IIT THE PUBLIC RECORDS. YOUR SOCIAL SECURITY NUMBER OR YOUR,DRIVER'S LICENSE NUMBER. City Project Number 02703,Westport Parkway at Alta Vista Marcel #3A Block G, Lot-1, Lost Spurs Apartments Addition THE STATE OF TEXAS § COUNTY OF TARRANT § RIGHT-OF-WAY EASEMENT THAT Fort Worth Housing Finance Corp, hereinafter referred to as "Grantor", for and in consideration of Ten Dollars ($10.00) and other valuable consideration paid by the City of Fort Worth, a municipal corporation of Tarrant County, Texas, receipt of which is hereby acknowledged, does Granit, Bargain, and Convey to said City, its successors and assigns, the use, passage in and along the Property ("Property") situated in Tarrant County, Texas, hereinafter described in the attached Exhibits "A" and "1I". Grantor sloes hereby acknowledge and agree that this conveyance to City includes the right of the City to permit the public to use the Property as a public right-of way. Grantor also hereby acknowledges and agrees that this conveyance to City includes the right of the City to construct and install sidewalks and to permit utilities to be situated within the Property as required by the City or by law. "Utilities" includes but are not limited to: water facilities, sewer facilities, gas facilities electric facilities, telecommunication facilities, drainage facilities and other utilities as defined by law. It is intended by these presents to convey a right-of-way to the said City of Fort Worth to construct, maintain and repair the roadway and right-of-way improvements, with the usual rights of ingress and egress in the necessary use of such right-of-way, in and along said Property. Under Chapter 21, Subchapter E of the Texas Property Code, as amended, the Grantor or the Grantor's heirs, successors, or assigns may be entitled before the 10th anniversary of the date of this acquisition to repurchase the property or request certain information about the use and any actual progress made toward the use for which the property was acquired under this right-of-way easernent instrument, and the repurchase price will be the price the City paid Grantor in this acquisition. TO HAVE AND TO HOLM the above described Property, together with, all and singular, the rights and appurtenances thereto in anywise belonging, unto the said City of Fort Worth, its successors and assigns, forever, Grantor does hereby bind itself, it's heirs, successors and assigns, to warrant and forever defend, all and singular, the said premises unto the said City of Fort Worth, its successors and assigns, against every person whomsoever lawfully claiming or to claire the same or any part thereof. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Rlelfr-0F-WAY EASEMENT Rev.11227!2017 ua�a. � v■ v GRANITOR(S); Fort Worth 19oushi Fifiance Car Name APPROVED AS TO FORM AND CITY GE FORT WORTH LE ITY; AWstaII`,ity At rn$y . a Title:' - or THE STATE OF TEXAS § COUNTY-OTS'TARTI.ANT § ACKNONMERGMENT BEFORE.IVIE, the-undersigned rfty,.a Notary Public in and for the State of Texas; on this day ptrsonaily appeared, W C for the City-of City of.Fort Worth known to me to. ba the- person whose name is subscribed to the foregoing instrument, acknowledged to me that he executed the same as the act of the City of,Fant Waith for the,.purpose and consideration therein expressed and in the capacity,therein stated. GIVEN UNDER MV HAND AND 8E.AL OF OFFICE,this the��clay of [tt{Of am ELI WDY . , 5 _.......... .. ...........................�...�........... g Notary Public in.and for. t. 'State ' f Texas R1:4:HT=OF,1NAY RAS MENT Rae 11/27/A 17 THE STATE OF TEXAS § COUNTY OF TARRANT § ACKNOWLEDGMENT BEFORE ME, the undersigned authority, a.I" t& Pubic,inqpdfbrthQStateof'Ttxas, on AV5. - t 'v this day perwholly App6wed. Icy "Me"o be the. same person. whuse. nel 1.41v namc jz-subs%L�-ad to the, foregoing bitru=."and acknowledged to me.that,thr,same w the got of -MWiz`.UVA Wvl fl6n and that he/she executed the same as the act of said-r:14el -�he- ince. Cn4p=ivl' .purposes and consideration therein expressed and in the-capwity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of Int-9 A V� NAAil* RIWoutry Public in.ithd fofflit State of Trx4,- QIK(7ETT 130 klyNotwy ID 4 1�040-1984 EXPIres j AWrV 11,M20 PJC;IIT-OF-%'VAY EASWPENT • 4 S ' t f. I;XMIT"A" RIGHT-OF-WAY EASEMENT PARCEL 3A BEING a 0,0109 acre tract of land located in the Z.D. Davis Survey, Abstract No. 1888, City of Fort Worth, Tarrant County, Texas, said 0.0109 acre tract of land being a portion of LOT 1, BLOCK B, LOST SPURS I APARTMENTS, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the conveyance plat thereof filed for record in Tarrant County Cleric's Instiument Number D214178030, Official Public Records, Tarrant County,Texas, (O,P.R.T.C.T.), said 0.0109 acre tract being a portion of that same tract ' owned by )FORT WORTH HOUSING FINANCE CORPORATION, said 0.0109 acre tract of land being a right-of-way easement and being more particularly described by motes and bounds as follows; BEGINNING at a 518 inch iron rod with yellow plastic cap stamped "Dunaway Assoc. Inc.," found on the northwest lot line of said Lot 1,same being the south right-of-way corner of Westport Parkway, being a 110 foot public right-of-way, as shown on said Lost Spurs Apartments, and a north right-of-way corner of Alta 'V'ista Drive, being a 60 foot public right-of-way, conveyed by Lost Spurs Addition, being an Addition to the City of i Fort Worth, 'Tarrant County, Texas, according to the plat thereof recorded in Instrument D200059921, 0YA.T.C.T., said beginning point also having a NAD 83 grid coordinate of N: 7,040,025.80 and E: 2,341,502.69; I THENCE North 44053108"East,along the said lot lige and along the said southeast right-of-way line of Westport Parkway, 16.63 feet to a 5/8 inch Iron rod with a cap stamped "SPOONER & ASSOCIATES" set(hereinafter referred to as an iron rod set)at the beginning of a non-tangent curve to the left having a radius of 64,00 feet; THENCE departing said lot line and said right-of-way line, over and across said Lot 1,the following courses and distances: In a southwesterly direction, along the said curve to the left, an are length of 18.47 feet, and across a chord which hears South I1°43124"West,a chord length of 18.41 feet; South 03°27'13" West, 7.48 feet to the beginning of a non-tangent curve to the left having a radius of 69.00 feet; Along the said curve to the left, an are length of 28.13 feet, and across a chord which bears South 08413'35" Bast, a chord length of 27.94 feet,to an iron rod set on the southwest lot line of said Lot 1, same being the said northeast right-of-way line of Alta Vista Drive; THENCE along the said lot line and along the said right-ofway line,the following courses and distances; North 46024130"West, 16.88 feet,to the beginning of a curve to the right having a radius of 20,00 feet; Along the said tangent curve to the right, an are length of 31.42 feet, and across a chord which bears North 01024130"West,a chord length of 28,28 feet; North 43°35'30"East,2.00 feet to the POINT OF BE,GINNING. The hereinabove described tract of land contains a computed area of 0.0109 acres(477 square feet)of land more or less, The basis of bearings for this survey is NAD83 Texas North Central Zone(4202). All distance shown are surface, f FORT WORTH HOUSING FINANCE CORPORATION--PARCEL 3A—E)mmr'r'h"—PAGE 1 OF 3 , SPOONER ANP AsSOO"Ams,INC,349 RYFRS STREET,#10%EULCGs,Texas 78038—PN.817.086.8448-E8POONERCSPOONER6NRVEYORB.WM--5&A#14-923 I a CAN%. %0 vl %0 1 i *SURVEYORS CERTIFICATE* I do hereby certify that the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that same is true and correct. � OF � Surveyors Name:Eric S.Spooner J y;. Registered Professional Land Surveyor,Texas No.5922 J -1t,..................... k [ eRic S.SPaoNER > Spooner and Associates,Inc. 1 .......... Texas Board of Professional Land Surveying No. 10054900 005922 , Surveyed on the gvot d 09-2036 l{ 1 Foxr waRTH HOU81NG FINANCE CORPORATION—PARCEL 3A—Hx HiBiT"A"—PAm 2 OF 3 SPOONER AND ASSOCIAM,[NG,30813YERS STREEY.9500,Eu mass 7F.XA6 76039—PH.817-685-8440^R'6PDUNFR@SPGDNERBURVEYORS.WM—S&A 918-123 ■ �cyc. .sr v■ es t o 10' EXHIJ3 f T "'B X D DAVOS SURVEY f SEE ATTACHED LEGAL DESCRIPTION ON AMTRACT NO.i I ,,,GRAPHIC SCALE IN FEET PAGES 1&2 OF FXHIBITWHEREIN I 1";= 10' `� \ 0 1 Pk o'p I N.7,040,026.80 J E.$341,502.89 (GRID COORDINWE) D 518°IRON POINT OF ROD WITH CAP STAMPED \ 'SSPOONER&ASSOCIATES"SET BEGINNING F A UNLESS SHOWN OTUERWISE i ys .o i 518")R W1YELL0Wr-4P ��i STAMPED`DUNAWAYASSOC.INC" LOT 1,SLOCKB LOST SPURS APARTMENTS INS.NO.D214178030 c, RIGHT-OF-WA Y i9t :--o LINE o.P.R.r C. PARCEL 3A ♦ g,,L2 RIGHT OF-WAYEASFMENT \ 0.0909 ACRES (477 S.F.) \\ FONT WORTH HOUSING \\� FINANCE CORPORA TION C3 INS. NO, D214178030, I \\ O.P R.T.C.T. LINE TABLE ,� \ LINE# DIRECTION LENGTH \ L1 N44°83'08"E 16.63' \ 1-2 S03°27'49W 7AV \\ L3 N46`24'3IY'W. 16.88' RIGHT-OF-WAY \ LINE I.4 CURVE TABLE r �9 CURVE# RADIUS LENGTH CH BEARING CH LENGTHj; C1 84.00' 18.47' S'11°43'24'W 18.41' G2 68,00' 28AT 80.8"13'3&'E 2'1,84' \ C3 20.00' 31.42' NW24'90'W 28.28' \ RJOHT-OF-WAY'EASEMENT I&MNER o10111/17 CITY Ql FQRT WORTH,TAItRANT CQ.,TAS THE BASIS OF BEARINGS FOR THIS SURVEY I3 A j y Q� %srTHE TEXAS STATE PLANE NA003 NORTH �WM�u tulosumiavoas � 7[ L CENTRAL.ZONE(4202)• t ERIC S.SPOONER } PROPERTY.LUT?,8LOC7f B,LOST 9PLIR9APARTHIENTS ��Zr� � LOCATION:CITY OF FORT WORTH,TARRANT CO.,TEXAS $08 BYERS STREET,SUITE 100,EULIESS,TEXAS 76030 0 WHOLEPROPERTYACREAGE:REM.OF8.22?4 ACS. (417)085.8440 WWW.SPOONF-RSURVF-YORS.COM F y'o� O9- ACAD FILE:18-123 PARCEL 3q„EXH 8 ROW EASEMENT.DWG T13PLS FIRM NO.10054901) 08 OmmRTF PAGE 3 OF 3 PARCEL 3 DATE:04112=17 CHECKED BY: I=S.S. D218203211 9/12/20188:30AM FG 6 Fee: $36.00 Submitter:XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records t ,� ()r{}zuv-,.604 4t.;, Mary Louise Garcia NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU Ald, A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM THIS INSTRUMENT BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER.. City Project dumber 02706,Westport parkway at Alta Vista Parcel#3113 Block O, Lot-1, Lost Spurs Apartments Addition STATE OF TEXAS § COUNTY OF TARRANT § PERMANENT PEDESTRIAN ACCESS EASEMENT DATE: November 27,2017 GRANTOR: Fart Worth Housing Finance Coup GRANTEE: CITY OF FORT WORTH,A MUNICIPAL. CORPORATION OF TARRANT COUNTY, STA'T'E OF TEXAS 200 TEXAS STREET FORT WORTH,TARRANT COUNTY, TEXAS 76102 CONSIDERATION: Ten Dollars ($10.60)and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged. GRANTOR, for the consideration paid to GRANTOR, hereby GRANTS, SELLS, AND CONVEYS to GRANTEE, its successors and assigns, an exclusive, perpetual casement for the construction, operation, maintenance, replacement, and public use for pedestrian and non- motorized vehicles ("Pedestrian Access")upon, under and across that portion of the PROPERTY more fully described in Exhibit "A" and "B" attached hereto and incorporated herein for all pertinent puxposes, such access to be used for public access; together with the right and privilege of GRANTEE to at any and all times to enter PROPERTY, or any part thereof,for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing, the Pedestrian Access for use by the public . TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights and appurtenances thereto in anywise belonging unto GRANTEE, and GRANTEE's successors and assigns forever; and GRANTOR does hereby bind itself and its successor and assigns to WARRANT AND FOREVER DEFEND all and singular the easement unto GRANTEE, its successor and assigns, against every person whomsoever lawfully claiming or to claim the same,or any part thereof. When the context requires, singular nouns and pronouns include the plural. [SIGNATURES APPEAR ON THE FOLLOWING PAGE] Permanent Pedestrian Access Easement R@v.11127/17 ORT WQRTH. T aaat. A. yr w GRANTOR. Fort V Wirth Housing Finance Corp. 1T31 Y GRANTEE.City of rt-worth By By(Signa _ v :Cake, 'roper unavement Direet)'' (Prir�tN4tbric) ,`iItle APPROVED AS TO Fib-kP4 AN® LEGALITY Name)_ '�ewca (Print So � ,_. THE STATE OF TE0 § COUNTY Off'TAR. ` § ACTQNOWLEDGMENT BEFORE .ME, the utidersigned attthorit'z.a ofi an.and for the State of Texas, on this day personally appeared � r , t _? ', own to mo to be the same person -Ohese name.is subscribed to the for :instrument. and acknowledged to me- that the same vis the aet. of �� ti and that .lie/she executed the satne as the act of said p t tom` the purposes and consideration themin expressed and in. the capacity tl�ietoirt state . YWEN UNDER MY 1» D.AND-SEAL OF OFFICE this . . .......................... day of m �,20 "s SARAH BUPKE R it xis h+y Wwry #asst assa Natar .Public in.and ibr the State of Texas ltd`" �X�SEf�S�tiflll3�l��y't�,Q ,�Or Permanent i3edestdon mess Easement Rdv.11121117 ua�c. v v■ Er ACK NOW '$'SATE OF TEXAS. § ebUNTY OF TARkANT BEFORE ME, the .undersigned authority, a NotM 'P blic in d fnr the State of Texas, on this dory personally Appeared Dk —&rkv'( of the City of Fort Worth, known td me It be. he sam person whose.name is subscribed to the foregoing instrument, and acknowledged to me that tate same was:the act of the City of Forf'Worth and that helshe executed the same as the act of the City of Fort Worth for the purposes and consideration therein :expressed and in tine capacity therein stated. GIVEN UNDER MY HAND AND.S�Al-OF OFFICE this j day.of WA Notary Public h a f ..th State of Texas 'D.T.CODY nbft i .Fes.118.W . r'ermenenr Pedestrian Ac;cas&C;essmenk Rev.11127117 0 �YE1T . 4 f EXHIBIT"A" i PERMANENT PEDESTRIAN ACCESS EASEMENT ' I PARCEL 3B BEING a,0,0282 acre tract of land located in the Z,D. Davis Survey, Abstract No. 1888, City of Dort Worth, Tarrant County,Texas, said 0.0282 acre tract of lane{being a portion of LOT 1,BLOCK B,LOST SPURS ,APARTMENTS, being an Addition to the City of Fort Worth, Tarrant County, Texas, according to the conveyance plat thereof filed for record in Tarrant County Cleric's Instrument Number D214178030,Official Public Records, Tarrant County, Texas, (O,p.R.T.C.T.), said 0.0282 acre tract being a portion of that sante tract owned by PORT WORTH HOUSING FINANCE CORPORATION, said 0.,0282 acre tract of land being a Permanent Pedestrian Access Easement and being more particularly described by metes and bounds as follows: BEGINNING at a paint on the northwest Int line of said Lot 1, same being the southeast right-of--way line of I Westport Parkway, being a 110 foot public right-of-way, as shown on said Lost Spurs Apartments, said beginning point being North 44153'08" East, 16.63 feet from a 518 inch iron rod with yellow plastic cap stamped"Dunaway Assoc.Inc.,"found on the northwest tot line of said Lot 1, sante being the south right-of- way corner of said Westport Parkway, and a north right-of-way corner of Alta Vista Drive, being a 60 foot public right-of-way, conveyed by Lost Spurs Addition,being an Addition to the City of Fort Worth,Tarrant County, Texas, according to the plat thereof recorded in Instrument D200059921, O.P.R.T.C.T., said I beginning point also having a NAD 83 grid coordinate of N:7,040,037.58 and E:2,341,514.43; THENCE North 4405.3'08" East, along the said lot line and along the said right-of-way line of Westport Parkway,31.05 feet, THENCE departing said lot line and said right-of-way line,over and across said Lot 1,the following courses and distances: South 28°15'16"West,31.57 feet; South 01120'28"East,38.05 feet; . South 23158138"East,29,59;Feet; South 46124'30".East,along a fine that is 1 foot northeast of and parallel with the southwest lot line of said Lot 1, 411.04 feet to the southeast lot line of said Lot 1, same being the northwest lot line of Lot 1, Block A, Lost Spurs Apartments Addition, being an Addition to the City of Fort Worth,Tarrant County, Texas, according to the plat thereof filed for record in Tarrant County Clerk's Instrument Number 1x201044757,O.RR.T.C.T.; South 43135'30" West, along the said lot lines, 1,00 feet to the southwest lot comer of said Lot 1, Block B,same being the northeast right-of-way line of Alta Vista Dr.; THENCE North 4624'30"West,a]ong the said southwest lot line of Lot 1,Block B,and along the said right- of-way ight- of way line,437.81 feet,to the beginning of a non-tangent curve to the right having a radius of 69.00 feet; rt'HENCE departing said lot line and said right-of-way line, over and across said Lot 1,the following courses and distances: In a northeasterly direction,along the said curve to the right, an are length of 28.13 feet,and across a chord which bears North 0811313511 West,a chord length of 27.94 foot; FORT WORTH HOUSING F[NANCE CORPORATION-PARCI;t.3B-13XHIBIT"A"-PAGE 1 OF 3 SPQONER AND ASsocIATES.INC..30a BIERS STREET,#100,EucesB.TEwSe 70039-PH.817.085-0446—EsPooNEROSPOON@RsuRVEYORS.COm—S$A#iG-123 ua�a. at vm North 03°27'13"East, 7.4.8 feet, to the beginning of a 11011-taugont curve to the right having a radius of 64.00 feet, Lf a northeasterly direction,along the said curve to the right,an arc length of 18.41 Feet,and aeroas a chord which bears North 11°4324" East, a chord length of 18.41 feet to the POINT OF BEGINNING. The hereinabove described tract of land contains a computed area of 0.0282 acres(1,226 square feet)of land mote or less, i t The basis of bearings for this survey is NAD83 Texas North Central Zone(4202). All distance shown fire surface. I *SURVEYORS CERTIFICATE* I do hereby certify that the above legal description was prepared from public tecoj*clad Rom an actual and accurate survey upon the ground and that sante is(rile and correct. OF Surveyors rte S.Spooner TRIC S. SPOONER Registered Professional Lard Surveyor,Texas No.5922 x922 Spooner and Associates,Inc. s s 3°-P o4 Texas Boaixt of professional Land Surveying No. 10054900 U R Surveyed on the ground 09-2016 `_ FORT WORTH HOUSING FINANCE CORPORATION PARC90B--EXHIBIT"A"--PA0112 o 3 $Po°NERAMDASsocwni@ .INC,308UMMSMET,.01OI7,FLI U8S.TF.%AS7BU39-PN.817.883$448-LSPOONCRGSPODNERBURVEVdR&COM-S&ANIO-123 i LL I004 f!? Q � � � � � � � r •ups c� �*1 � '�' P.. en ra to I � � I Lu co l i ! i $z a �r ! I U z �, N EU' i t I w is lu 64 t, co cn U. '04 i I dal CIO M CO LU �•� i ` ��of � � ®' Co I -{ " I U ' kLo 94 z i sLM 2IN cco 1 4*6Gh 'rro- r ;- 68'86 —� I ! �' e "tj . a yr w ®218203213 9112120188:30 AM PG 6 Fee: $36.00 Submitter. XEROX COMMERCIAL SOLUTIONS Electronically Recorded by Tarrant County Clerk in Official Public Records � �()C�}�aari�Qiy#,�,_, Mary Louise Garcia City Project Number 02706,Westport Parkway at Alta Vista Parcel ff3c, Black C, Lot-1,-Lost Spurs Apartments Addifinn CITY QF FORT WORTH TEMPORARYC ONSTRUGTtOIV EASEMENT DATE, Mbtkatm GRANTOR.: Fort earth Housing Fioauce Coup GRAN PF,: CITY OF FORT WORTH,.A MUNICIPAL CORPOR iTI[ON 0.F- `ARRANT COUNTY,STATE OF TEXAS .200 TEXAS'STREET F0Kr WORTH, TARRANT COUNTY;TEXAS-76102 CONSIDERATION: Tori Dollars ($10M) and other good and valuable consideration, the receipt.and sufficiency of which is hereby acknowledged. GY;§ntdrA for tho dransiddta- i h paid to,Geantor, hereby grant, bargain and coney unto orante , its successors and assigns, the use and passage in, .over, and across, below and along the Easement Property situated in Tarrant County, Texas, in accordance with the legal description hereto attached as.Exhibit "A", and ingress and egress over Grantor's property to the easement as s.howri on Exhibit"B*. It is further agreed and understood that Grantee will be. permitted the use of said Easement Property for the purpose. of eousta.aeting stroet right of way, and Adewallk improvements, Upon aon`Zptetioh of Improvem60ts Arid its acceptance by Grantee, all rights granted within the described TemporaryConstruction Easement shall cease.. TO HAVE AND TO HOLD the above deaGribeWd Easement. Property, together with, all and singular, tho fights, acid appurter dh6es thereto in anyway beldQ41ng into Graritee,- and Grantee's successors. and assigns until the compl"etion of construction and acceptance by Grantee. Grantor hereby bind themselves, their heirs, successors, and assigns, to warrant and defend, all and singular, said easement Tinto Grantee, its successors and assigns, against every. person whomsoever lawfully claiming ear to clalm the same,, or anypart thereof. (SIONATURES AkPEAR ON THE FOLLOWING PAGE,1 Temporary Coustmglion EaseMent 1'TI2217417 [} r�D, GRANTOR.; foist Worth Hou$hIg k+1walce Corp BY Ile GRANTE of .ort Worth By.(Sigua x re), {Print. APPROVED A ,T aRMD LEGALITY jwdc VaE7 t Afty (Print Nam€.)........ Title - ACKNOWLEDGEMENT STATE OF TEXAS � COUNTY OF TARRANT BE50RE Nil:, 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 sub-ci bed tb the f6regoirrg instrument, and acknowl6dged to me that the -same was the-9VA- M­%,­ . . -Wnd that he/she executed the same as ttt®act:pf said tvu Mm 6, ,_ "Whev—, for iihe purposes and consideration therein expressed.ard In the capacity therein stated. GIVEN UNDER MY HAND AND SEAL,OF OFFICE this. � � .day of Apbl 204. SAW 0 -Tf ` .Notary ftt#W4911N f '� T `�a January 11,202© .,�ag Notary u lic n and for the Mate of-Texas Ta[Sparar��anaauct3vn.Eaacmcnt I 1127E'KT7 T'�U a ACKNOWLEDGEMENT STATE OF TEXAS COUNTY OF TARRANT BrEFORE ME, the undeirsi'gned' authonty, a ar bic in r the #afa of Texas, bh this day personally appeared Worth,, known t6ino td be he sem. : person -of the City -of Fort whose name is subscribed to the f6reg.oing 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. GMEN UNDER MY HAND ANCA-8E L OF OFFICI�this J day of Nofaty Public h and fq/th� State of Texas 0.T coby WrFOU-Swa of Um :: Temporary Com*nq6cm�onoftt 1112W2017 EXtHBI11 "A" TEMPORARY CONSTRUCTION EASEMENT PARCEL 3C BEING a 0.0131 acre tract of land located in the Z.D. Davis Survey,Abstract No. 1888, City of Port Worth, Tarrant County,Texas, said 0.0131 acre tract of land being a portion of LOT 1,BLOCK B,LOST SPURS APARTMENTS, being an Addition to the City of Fort 'Worth, Tarrant County, Texas, according to the conveyance plat thereof filed for record in Tarrant County Clerk's Instrument Number D214178030,Official Public Records, Tarrant County, Texas, (O,P.R.T.C.T.), said 0.0131 acre tract being a portion of that same tract owned by FORT WORTH HOUSING FINANCE CORPORATION, said(3,0131 acre tract of land being a Temporary Construction Easement and being more particularly described by motes and bounds as follows; BEGINNING at a point on the northwest lot line of said Lot 1,same being the southeast right-of-way line of Westport Parkway, being a 110 foot public right-of-way, as shown on said Lost Spurs Apartments, said beginning point being North 44°53'08" East, 47.68 feet from a 518 inch iron rod with yellow plastic cap stamped"Dunaway Assoc.Inc.,"found on the northwest lot line of said Lot 1,same being the south right-of- way comer of said Westport Parkway, and a north right-of-way corner of Alta Vista Drive, being a 60 foot public right-of-way, conveyed by Lost Spurs Addition,being an Addition to the City of Fort Worth,Tarrant County, Texas, according to the plat thereof recorded in Instrument D200059921, O.P.R.T.C.T., said beginning point also having a NAD 83 grid coordinate of N:7,040,059.59 and E:2,341,536.34; THENCE North 44053'08" East, along the said lot line and along the said right-of-way line of Westport Parkway,34.94 feet, TIEIENCE departing said lot line and said right-of-way line,over and across said Lot 1,the following courses and distances: South 28°15'16"West,82.65 feet; North 01°20'28"West,20.25 feet; North 28°15'16"East,31.57 feet to the POINT OF BEGINNING. The hereinabove described tract of land contains a computed area of 0.0131 acres (571 square feet) of land more or less. The basis of bearings for this survey is NAD83 Texas North Central Zone(4202). All distance shown are i surface. � rORiT WORTH Itous NC3 FINANCE CORPORATION—PARCEL 3C—EXHIBIT"A' PAOE 1 OF 3 $PooNmAt4UAS30dAtE5 INC.aWBUM Omuff.#100,£ULESS,TEXAS78038—PH,817-OBU448 Ea P00NER@SP0DNRRBuRYEYOR9.dOM-88100-129 II 1 *81- tVR'YORS CERTIFICA,r&", I do hereby eetjify(fiat the above legal description was prepared from public records and from an actual and accurate survey upon the ground and that some is true aad coUMt. F. OF T it f"V� I c�:�• ..N Surveyors NVieffrik S. SpoonerERIC S. SPOONER ........._.I............. Registered Professional Land Surveyor,Texas No.5322 5922 w. Spooner and Associates,Inc. Texas Board of Professional Land Surveying No. 10054900 4,. Surveyed on the ground 09-2016 1 FOPT NORTH HOUSING FINANCE CORPORATION PARCEL3C EXHIBIT"A''-Y PAGE 2 Of 3 SPOONERANDAB9UGAM,INC,309 BYSRs SYREET,1110D,ELLEss,Texas 78039-PE1.897.885.9448-5sPOONER@8poONERsNRVEYOns.coM--SSA-i111i-i23 a ua�c. v va v SEE ATTACHED LEGAL DESCRIPTION ON PAGES 1$2 OF EXHIBIT"A"HEREIN RIGHT-0,F-WAY-- LINE N.?,040,069.59 Aon E.x.341,636'.34 4 p� (ORIS COORDINATE) v Polmrop RMI NIUING LOT 1,BEOCKS J jfLOST SPURS APARTMENTS l�' INS.NO, DEW M030 / O.AR.T.C.T. J \\\ -4 e &ZIP IRPWI YELLOW GAP STAMPED"DUNAINAYA880�lNC. t PARCEL 3C r rEINPOW RY CONSTRUC HON E4sEMEN ♦ �� O,D131 ACRES(871 S.F.) I i 1 1 � 4 � FORT WORTH HOUSING l � FINANCE CORPORATION 1 � INS. NO. D214178030, ♦ D.P.R.T.C.T. ♦ \ �f,G�4.4;t�` RIl310-OF=WAY 0 10' 20' LINE GRAPHIC SCALE IN FEET 1"«20, %nr \ \ -9 •,a o LINE TABLE a LINE# DIRECTION LENGTH �4� .per 6 L1 N44`53'08"E 34.94' L2 N01920'28"W 20.25' L3 N28°15'16"E 3.1.57' REVISED 08-17-2017 TEMPORARY CONSTRUCTION EASEMENT SPOONER& of CITY OF FORT WORTH,TARRANT CO.,TF�CAS �'�o�$r�R�`�+ 0 THE BASIS OF BEARINCaS FOR THIS SUfitVE Y 15 M...s..2mclIATES (b � d.*?THE TEXAS STATE PLANE NA083 NORTH �� CENTRAL ZONE(4202). r .............. f"R .45922 PROPERTY:LOT 1,BLOCK 8,LOSTSPURS APARTMENTS 340 BYERS STREET,SUITE 100,EULESS,TEXAS 76439 LOCATIOWCITYOFPORTWORTH,TARRANT05.,TIMS BB6.4A46 iNWW:RPOONERSIJRVEYOR$:COM WHOLE PROFBRTY ACREAGE.REM.OF A,2214 ACS. {817 ACAD F)LE:1&123 PARCEL at EKH BrTEMP CONSTRUOTION WffNI±Nr.DW3 TBPLS FIRM NO,10054000 A MAJOB DATE, 04/12%2017 CHECKED BY: EAA, WAGE 3 OF 3 PARCEL 3C GC-4.02 Subsurface and PbysncaR Conditions THIS PAGE LEFT IN'T'ENTIONALLY BLAND CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 GEOTECHNICAL ENGINEERING STUDY AND PAVEMENT DESIGN WESTPORT PARKWAY EXTENSION AND IMPROVEMENTS ALFA!VISTA ROAD TO FELLER-HASLET ROAD FORT WORTH, TEXAS Presented To: Burgess & Niple October 2016 PROJECT NO. 1662-16-06 (Revised) �T yrT +�+ �r 7636 Pebble Drive -:-Ocm Eil�]G111`�1�1E1RH1��J9 HH(C. Fort Worth,Texas 76118 www.cmjengr.com October 8, 2018 Report No. 1662-1605 (Revised) Burgess & Niple 3950 Fossil Creek Boulevard, Suite 210 Fort Worth, Texas 76137 Attn: Mr. Jimmy Mullins, P.E. GEOTECHNICAL ENGINEERING STUDY AND PAVEMENT DESIGN WESTPORT PARKWAY EXTENSION AND IMPROVEMENTS ALTA VISTA ROAD TO KELLER-HASLET ROAD FORT WORTH, TEXAS Dear Mr. Mullins: Submitted here are the results of a geotechnical engineering study for the referenced project. This study was performed in general accordance with CMJ Proposal 16-6001 dated March 21, 2016. (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 Burgess & Niple. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CIT ENGINEERING,INC. TEXAS FIRM REGISTRATION No.F-9177 .+�' C� .. \' 0*i..u..p..,..,......•.�.o• Fenti %1,8 JAMES P.SAPPINGTON,IVii ..........®97402 •�v¢�Jameappington IV, P.E. �Presi /O NA'��E .0Texas No. 97402 copies submitted: (2) Mr. Jimmy Mullins, P.E.; Burgess & Niple (email & mail) Phone(817)284-9400 Fax(817)589-9993 Metro(617)589-9992 TABLE OF CONTENTS Pape 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-------------------------------------------------------------------------------------- 4 3.1 Soil Conditions --------------------------------------------------------------------------------------------------- 4 3.2 Ground Water Observations---------------------------------------------------------------------------------- 4 4.0 PAVEMENT DESIGN ------------------------------------------------------------------------------------------------- 5 4.1 Pavement Subgrade Considerations------------------------------------------------------------------------ 5 4.2 Potential Vertical Movements--------------------------------------------------------------------------------- 5 4.3 Sulfate-Induced Heaving--------------------------------------------------------------------------------------- 6 4.4 Pavement Subgrade Preparation---------------------------------------------------------------------------- 6 4.5 Pavement Section----------------------------------------------------------------------------------------------- 7 4.6 Pavement Material Requirements--------------------------------------------------------------------------- 9 4.7 General Pavement Design Considerations---------------------------------------------------------------10 5.0 EARTHWORK----------------------------------------------------------------------------------------------------------10 5.1 Site Preparation-------------------------------------------------------------------------------------------------10 5.2 Placement and Compaction, General Fill-----------------------------------------------------------------10 5.3 Trench Backfill---------------------------------------------------------------------------------------------------12 5.4 Utility Excavations----------------------------------------------------------------------------------------------12 5.5 Acceptance of Imported Fill----------------------------------------------------------------------------------13 5.6 Soil Corrosion Potential---------------------------------------------------------------------------------------13 5.7 Erosion and Sediment Control-------------------------------------------------------------------------------14 6.0 CONSTRUCTION OBSERVATIONS-----------------------------------------------------------------------------14 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.11 Free Swell Test Results-------------------------------------------------------------------------------------------------- A.12 Lime Series Test Results------------------------------------------------------------------------------------------------ A.13 Soluble Sulfate Test Results-------------------------------------------------------------------------------------------- A.14 APPENDIX E Plate Pavement Thickness Design ---------------------------------------------------------------------------------------------B.1 1.0 INTRODUCTION 1.1 General The project, as currently planned, consists of extending Westport Parkway from Alta Vista Road southwestward to connect with Keller-Haslet Road. The existing intersection at Alta Vista Road and the proposed intersection with Keller-Haslet Road and Ponderosa Ranch Road will be converted to roundabouts. Right-turn improvements are also planned at the intersection of Alta Vista Road and Keller-Haslet Road. In addition, a new storm drain line will be installed along Keller-Haslet Road westward to Henrietta Creek, with maximum trench depths of 10 to 12 feet. This investigation meets the requirements of the City of Fort Worth Pavement Design Manual, dated January 2015. Plate A.1, Plan of Borings, depicts the project vicinity and approximate locations of the exploration borings. 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, develop recommendations for the type or types of pavement subgrade preparation and modification, provide pavement design guidelines, and provide earthwork recommendations. To accomplish its intended purposes, the study has been conducted in the following phases: (1) 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 Report No.1662.16.05(Revised) CMJ ENGINEERING,INC. 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. 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 2.1 Field Exploration Subsurface materials at the project site were explored by eight (8) vertical soil borings drilled to a depth of 15 feet below existing grades. The borings were drilled with truck mounted drilling equipment 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.11 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+. 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-E 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 Report No.1662-16-05(Revlsedy CM]ENGINEERING,INC. 2 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 logs. Upon completion of the borings, the bore holes were backfilled with hydrated bentonite chips and plugged at the surface by hand tamping. 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 and plastic limits), moisture content, unit weight tests and unconfined compression tests were performed. Results of the laboratory classification tests, moisture content and unit weight tests conducted for this project are included on the boring logs. Swell tests were performed on specimens from selected samples of the clays. These tests were performed to help in evaluating the swell potential of soils in the area of the proposed pavement. The results of the swell tests are presented on Plate A.12. Eades and Grim Lime Series tests were performed on selected samples to identify the appropriate concentration of lime to add to soils for modification purposes. The results of the lime series tests are presented on Plates A.13. Soluble sulfate tests were conducted on selected soil samples recovered from the borings. The sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils. Sulfate-induced heaving can cause detrimental volumetric changes to a lime modified subgrade. The result of the sulfate tests are presented on Plate A.14. The above laboratory tests were performed in general accordance with applicable ASTM procedures, or generally accepted practice. Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 3 3.0 SUBSURFACE COMOITIOMS 3.1 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 are 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. Asphalt paving is present at the surface in Borings B-1 through B-3 with thicknesses ranging from 1 to 3 1/2 inches. Gravel base is present beneath the asphalt only in Borings B-1 and B-2 with thicknesses of 4 to 6 inches. No fill soils were observed in the borings. Natural soils encountered consist of dark brown, brown, light brown, reddish brown, and dark gray silty clays, shaly clays, and clays. Limestone fragments and fractured limestone seams were frequently encountered in the various surficial clays. Limestone layers with thicknesses of 1 to 4 feet are noted in Borings B-2, B-4, and B-7 at depths of 2 to 6 feet, often occurring highly fractured. Tan limestone is also present below depths of 6 to 8 feet in Barings B-6 and B-7 and continues through boring termination at 10 feet. The various limestone strata vary from moderately hard to hard (rock basis), with Texas Cone Penetrometer (THD) test values of% to 5% inches of penetration for 100 hammer blows. All remaining borings were terminated within the various clays at 10 feet. The various clays had tested Liquid Limits (LL) of 26 to 69 with Plasticity Indices (PI) of 11 to 45 and are classified as CL and CH by the LISCS. The various clays were generally stiff to hard (soil basis) in consistency, with pocket penetrometer readings of 1.75 to greater than 4.5 tsf. The clay soils had tested dry unit weight values of 94 to 122 pcf and tested unconfined compressive strengths of 8,280 to 28,380 psf. 3.2 Ground Water Observations The borings were drilled using continuous flight augers in order to observe ground water seepage during drilling. Ground water seepage was not encountered during drilling and all borings were dry at completion of drilling operations. Report No.1662-16-45(Revised) CMJ ENGINEERING,INC. 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. During wet periods of the year, seepage can occur in joints in the clays and atop or within the tan limestone strata. The possibility of ground water level fluctuations should be considered when developing the design and construction plans for the project. 4.0 PAVEMENT DESIGN 4.1 Pavement Subgrade Considerations 4.1.1 General The performance of the pavement for this project depends upon several factors including: the characteristics of the supporting soil; the magnitude and frequency of wheel load applications; the quality of construction materials; the contractor's placement and workmanship abilities; and the desired period of design life. The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing soils used to construct the pavement subgrade. 4.1.2 Subgrade Preparation Anticipated subgrade materials generally consist of clays of high plasticity. The higher plasticity clays are subject to loss in support value with the moisture increases which occur beneath pavement sections. They react with hydrated lime, which serves to improve and maintain their support value. Treatment of these soils with hydrated lime will improve their subgrade characteristics to support area paving. In lieu of a lime stabilized subgrade, a flexible base meeting TxDOT Item 247, Type A, Grades 1 or 2 may be utilized on an equal basis. The option of using a flexible base in lieu of lime stabilizing the subgrade presents a relatively quick, straight forward solution to preparing the materials prior to pavement placement. 4.2 Potential Vertical Movements Estimates of expansive movement potential have been estimated using TOOT Test Method Tex 124-E. Potential vertical movements ranging from 1Y2 to 4 inches are estimated. Movements in Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 5 excess of the estimated value can occur if poor drainage, excessive water collection, leaking pipelines, etc. occur. Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. 4.3 Sulfate-Induced Heaving Soluble sulfate testing was conducted to check for sulfate-induced heaving potential. Sulfate- induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration. The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Soluble sulfate levels in soils on the order of 1,000 parts-per-million (ppm) or less are usually of low concern and warrant only observation of the subgrade during the stabilization process. The soluble sulfate levels of the tested samples were less than 100 ppm. Since the samples tested were below 1,000 ppm, a single treatment process is recommended. The single treatment is described in Section 4.4. In addition, it is recommended that during the curing period of the lime treatment, the subgrade be supplied with ample moisture to allow proper hydration, and it should be checked for any volumetric changes that may indicate a sulfate-induced heaving condition. 4.4 Pavement Subgrade Preparation 4.4.1 Lime Stabilization Lime stabilization is recommended for all subgrade areas with plastic clays. According to the City of Fort Worth Pavement Design Manual, January 2015, Appendix A, Section 5.2, lime treatment should be used for soils with PI's in excess of 11. Prior to lime addition, the subgrade should be proofrolled with heavy pneumatic equipment weighing approximately 25 tons. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described Section 6.0. The stabilized pavement subgrade should be scarified to a minimum depth of 8 inches and uniformly compacted to a minimum of 100 percent of Standard Proctor density (ASTM D 698), between 0 to plus 4 percentage points of the optimum moisture content determined by that test, , in accordance with the City of Fort Worth Pavement Design Manual, January 2015. It should then be protected and maintained in a moist condition until the pavement is placed. The presence of limestone fragments and calcareous nodules in the sufcial soils can significantly complicate the mixing of the soil and lime. Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 6 It is recommended a minimum of 8 percent hydrated lime be used to stabilize the clay subgrade soils. The estimated amount of hydrated lime required to stabilize the subgrade should be on the order of 48 pounds per square yard based on a soil dry unit weight of 100 pcf for an 8-inch depth. The hydrated lime should be thoroughly mixed and blended with the upper 8 inches of the clay subgrade (TxDOT Iters 260). The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas Department of Transportation (TxDOT) Standard Specifications for Construction of Highways, Streets and Bridges, 2014 Edition. 4.4.2 Subgrade Preparation Considerations It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture variations after construction. Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and subgrade treatments should be added to the subgrade after removal of all surface vegetation and debris. Sand should be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be allowed for fine grading). After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. All pavement construction should be performed in accordance with the procedures provided in Section 4.6. 4.6 Pavement Section Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of Pavement Structures, 1993 Edition, published by the American Association of State Highway and Transportation Officials. The design equations were solved using AASHTO Pavement Analysis Software. In the AASHTO method, traffic loads are expressed in Equivalent 18-kip Single Axle Loads (ESAL) over the design life of the pavement structure. Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 7 Based on the results of the field and laboratory investigation, soil plasticity properties, and requirements of the draft document City of Fort Worth Pavement Design Manual, dated July 2012, the following design parameters were used in our thickness design calculations for the proposed roadway. SubgradeSoils..................................................................Clay DesignLife........................................................................30 years Initial Serviceability............................................................4.5 (rigid) Terminal Serviceability......................................................2.5 Reliability...........................................................................90% Overall Deviation (rigid).....................................................0.39 Load Transfer Coefficient..................................................3.0 Drainage Coefficient .........................................................1.0 Design CBR(raw subgrade).............................................3 Adjusted Design CBR(lime stabilized, long-term)............20 Lossof Support.................................................................0 Concrete Modulus of Elasticity..........................................4,000,000 psi Concrete Modulus of Rupture...........................................620 psi Daily traffic and truck percentage estimates were provided by Lee Engineering in their letter dated July 6, 2017 as follows in order to calculate the pavement thickness design for this project. 1. Projected 2023 daily volume of 11,400 vehicles per day (vpd) a. Letter from Lee Engineering dated May 10, 2017 reported 24-hour volume on the order of 11,800 vpd approaching the Alta Vista/Westport roundabout in 2017. 2. Projected 2042 daily volume of 14,000 vpd with 2.5% trucks. Using the above values, a growth rate of approximately 0.8% annually is calculated. The following parameters were utilized in the design ESAL calculation: 1. Initial 11,600 vpd (average of the two volumes in item 1 above) 2. Growth rate of 0.8% annually 3. 30—year design life (per city pavement design manual requirements) 4. 2.5% truck percentage 5. Truck factor of 2.39 These input parameters result in an estimate of approximately 7,789,700 ESAL's applied over a 30-year design life. No directional or lane distribution factors were applied. Detailed pavement design calculations and assumptions are presented on Plate B.1. The following pavement section presented in Table 4.5-1 is suitable for the previously mentioned assumptions. Any deviation from these assumptions should be brought to our attention immediately in order to assess their impact on our recommendations. Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 8 Table 4.5-1 - Pavement Thickness Summary Pavement Section Street Growth Design Thickness in. T Material Classification Factor ESpeL 10 PCC Arterial 0.8% 7,789,700 8 Lime Stabilized Subgrade 4.6 Pavement Material Requirements Material and process specifications developed by the Texas Department of Transportation (TxDOT) have been utilized. These specifications are outlined in the TxDOT Standard Specifications for Construction of Highways, Streets and Bridges, 2014 Edition. Specific construction recommendations for pavements are given below. Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should consist of Portland cement concrete having a 28-day compressive strength of at least 3,600 psi. The mix should be designed in accordance with the ACI Code 318 using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with temperature steel and all construction joints or expansion/contraction joints should be provided with load transfer dowels. The spacing of the joints will depend primarily on the type of steel used and also thickness of the pavement. No. 4 steel rebar spaced at 18 inches on center in both the longitudinal and transverse direction is required for 10-inch thick pavements, in accordance with the City of Fort Worth Pavement Design Manual. Lime Stabilized Subgrade: Lime treatment for base course (road mix) - Item 260, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, 2014 Edition. Flexible Base: Crushed Stone Flexible Base — Item 247, Type A, Grades 1 or 2, Texas Department of Transportation Standard Specifications for Construction of Maintenance of Highways, Streets, and Bridges, 2014 Edition. Report No.1662-16-05(Revised) CMJ ENGINE&RING,INC. 9 4.7 General Pavement Design Considerations The design of the pavement drainage and grading should consider the potential for differential ground movement due to future soil swelling of up to 4 inches. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. Pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a stabilized subgrade underlying the pavement, it is recommended that the stabilized subgrade extend a minimum of 12 inches beyond the riding surface on each side of the proposed pavement. Maintenance should be provided when edge support deteriorates. Proper surface drainage in the shoulders is also critical to long term performance of the pavement. Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and an increase in post construction heave of the pavement. 5.0 EARTHWORK 5.1 Site Preparation 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 reworked 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. 5.2 Placement and Compaction, General Fill Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 10 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. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The onsite soils are suitable for use in general site grading. Imported fill material should be clean soil with a Liquid Limit less than 60 and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. The fill material should be compacted to a minimum of 95 percent of the maximum dry density determined by the Standard Proctor test, ASTM D 698. 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. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angles are recommended as maximums. The presented Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 11 angles refer to the total height of a slope. Site improvement should be maintained away from the top of the slope to reduce the possibility of damage due to creep or shallow slides. TABLE 5.2-1 — RECOMMENDED SLOPE ANGLES Height (ft.) Horizontal to Vertical 0-3 1:1 3 - 6 2:1 6-9 3:1 > 9 4:1 5.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a mound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc. is likely if heaving or settlement occurs. Onsite soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surface or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compaction after placement. The soil backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recommended for fill per the City of Fort Worth Standard Specifications. A minimum of one field density test should be taken per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 5.4 Utility Excavations Based on the exploration borings, major excavations may encounter intact limestone units. These limestones are generally moderately hard to hard and will require heavy duty specialized equipment for excavation. In addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along weathered seams or jointed seams beyond the planned 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 Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 12 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. Seasonal water seeps can occur where the tan limestones are approached or exposed by cuts. Subsoil drains may be required in some areas to intercept this seepage. This can be evaluated after grading has been performed. 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. 5.5 Acceptance of Imported Fill Any soil imported from off-site sources should be tested for compliance with the recommendations for the particular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certification from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 5.6 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 pipe and similar facilities in contact with these soils should be used. Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 13 5.7 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. 0.0 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 pavement 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, 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 borings for this study were selected by CMJ Engineering, Inc. 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 Report No.1662.16.05(Revised} CMJ ENGINEERING,INC. 14 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 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 Report No.1662-16-05(Revised) CMJ ENGINEERING,INC. 15 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 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 Burgess & Niple 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.1662-16-05(Revised) CMJ ENGINEERING,INC. 16 L .l a LU Im c� LLJ I LU P�nde►rusja Rmnch Raac 4 LL CA V Y PLATE A-1 Major Divisions Gym. Typical dames Laboratory Classification Criteria Well-graded gravels,gravel- m Dso (Dsu)Z e GW sand mixtures, little or no en C„=----- greaterthan 4: C�------------ between 1 and 3 V1 fines 'o Dfo DI,X Dso LP O N C) O O yPoorly graded gravels,gravel E BU GP sand mixtures, little or no rn rn w Not meeting all gradation requirements for GW w u m fines 0) 0:U � Cr) fi N 8 c Liquid and Plastic limits CD Z c o Silty gravels, gravel-sand-silt t� �? „ . Liquid and plastic limits GM N below A line or P.1, Cv - `� W mixtures Z greater than 4 plotting in hatched zone 0 _ between 4 and 7 are Z c "' cn a`� � '� o ` N borderline cases Liquid and Plastic limits a w- Clayey gravels,gravel-sand- ' �' „ „ requiring use of dual a0 CL GC clay mixtures ? above A line with P.I. symbols c ¢ ; greater than 7 12 L _CD o � o d •� °' Well-graded sands, gravelly " ` CO Dso (Dau)x 2 is ' S W a� C"=----- greater than 6: Con------ - between 1 and 3 E = it sands,little or no fines N Dfo D,o X D60 (� N N C -8'O o L SP gravelly sands, little or no 1 N a Poorly graded sands; W t c _° 'N 0 v Not meeting all gradation requirements for SW ca 'a fines a,� m c a� C V 00 0.N r G d. O N LO r IS rn v d y fJl a Liquid and Plastic limits o z of y _ ts " " Liquid and plastic limits E ,!, _ � � SM Silt sands, sand-silt mixtures � �; c.c below A line or PA.less N 2f r R o a O o than 4 plotting between 4 and 7 are borderline cases LP Liquid and Plastic limits requiring use of dual LD SC Clayey sands, i dares sand-clay above"A"line with P.I, symbols Q, .9 greater than 7 �• O A o Inorganic silts and very fine a^ ML sands,rack our, silty or U) clayey fine sands,or clayey y W sifts with slight plasticity sa N Inorganic clays of low to •) � W medium plasticfty,gravelly 19 o '� CL clays, sandy clays,silty clays, N� and lean clays 6 CH WOrganic silts and organic silty A0 OL clays of low plasticity 02 w o X30 a N Inorganic silts, micaceous or !' co MH diatomaceous fine sandy or ' OH a d MH c w silly soils,elastic silts 20 �� CL o c CH Inorganic clays of high plasticity,fat clays 1 4 ML a d OL OH Organic clays of medium to °a 10 20 34 40 50 60 70 as 80 100 0 y high plasticity,organic silts Liquid Limit n .0 Peat and other highly organic Plasticity Chart o o Pt soils UNIFIED SOIL CLASSIFICATION SYSTEM PLATE A.2 SOIL OR FLOCK TYPES .p GRAVEL LEAN CLAY LIMESTONE • SAND ® SANDY SHALE SILT SILTY • ' SANDSTONE HIGHLY Shelby Split Rock Cone Na CLAYEY CONGLOMERATE PLASTIC CLAY Tube Auger Spoon Care Pen Recovery TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL Fine Grained Soils (More than 50%Passing No.200 Slave) 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 Slave) 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 Siickensided 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 Westport Parkway Extension CMJ stvcrtvgaxrnrGINC. 1662-16-06 B-1 Alta Vista Road to Keller-Haslet Road-Fort Worth,Texas Location Water Observations See plate A.1 Dry during drilling; dry at completion Completion Completion Depth 16.o' Date 1-10-17 Surface Elevation Type 8-63,w/CFA Co aStratum Description a �i�° �,a � W maF ain J a'._E-iD 0- g0 =1-J UUIL ASPHALT,3.5 inches thick 7 \GRAVEL BASg,6 Inches thick,wl sand 4.5+ 39 21 18 11 SILTY CLAY,brown to light grown,w/fractured limestone seams, hard 5 4.5+ 19 CLAY,brown,w/calcareous nodules and tan sift seams,hard 4.5+ 16 993 8280 4.5+ 55 24 31 17 9 -6-inch thick gray limestone seam at 11' SHALY CLAY,dark gray, hard 4.5+ 14 122 28380 15 --------------------- 0 cq g U 0. z Z O M LL 9 LOG OF BORING NO. B_1. PLATE AA Project Na. Boring Na, Project Westport Parkway Extension CMJ ENGINEERING INC, 1662-16-06 B-2 Alta Vista Road to Keller-Haslet Road n Fort Worth,Texas Location Water observations See Plate A.1 Dry during drilling; dry at completion Completion I Completion Depth 16.0' pate 1-10-17 Surface Elevation Type B-53,wl CFA LL 4 .0 p, C6 [V CIL a E E O 0 c o U) Stratum Description o B a a 0 a` ` LD-r ©� ` 9-�j � :03tj aU) ow o' E +_.g ar oo cn coo W Ir mat-: (K U) �n aa5 20 nr �Ua_ 85pHALT,2 inches thick 4.5+ 12 \GRAVEL BASE,4 inches thick 4.5+ 69 24 45 20 CLAY,dark brown,w/calcareous nodules and fractured limestone seams,hard LIMESTONE,tan,fractured,w/clay seams and 0015.76 5 layers,moderately hard SILTY CLAY,light brown,w/occasional fractured limestone seams,stiff to hard 2,75 14 10 4.5+ 14 T5 ----------------------- 4.5+ 34 16 18 8 Q C3 0 C7 g qU, (.7 i7 a 0 m LL o LOG OF BORING NO. B-2 PLATE A.5 Project No. Boring No. Project CMJ HNGINSRRING INC. 1 Westport Parkway Extension 1662-16-06 B-3 Alta Vista Road to Keller-Haslet Road -Fort Worth,'Texas Location Water Observations See Plate A.1 Dry during drilling,dry at completion CompletionCompiekion Depth 1a.0, Date 1-10-17 Surface Elevation Type B-63,w/CFA u: �# N ° 0 Stratum Description z� e z w d o �vi sE m'E I, o , : N SEo rr m a.r a,cn 3 n i1.::.1 n. c 2 0 :� �U a ASPHALT, 1 Inch thick CLAY,dark brown,w/calcareous nodules,stiff to 4.0 64 25 39 24 100 very stiff 4.0 22 2.25 26 2,75 27 5 1.75 27 SILTY CLAY,light brown,w/calcareous nodules 2.5 24 and ironstone nodules,stiff 4.5+ 60 28 32 23 SHALY CLAY,reddish brown,very stiff to hard 4.25 24 10 ————————————————————— 4.5+ 23 C 0 U' U a z z R 4 M LL a LOG OF BORING NO. B-3 PLATE �•� J Project No. Boring No. Project Westport parkway Extension CK HNGINHHRING INC. 1662-16-05 B-4 Alta Vista Road to Keller-Haslet Road-Fort Worth,Texas Location Water Observations See plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.00 pate 1-10-17 Surface Elevation Type B-53,wl CFA YU o � o Stratum Description � w I'm �oouo �W �; a x -K2cal. aM7 =Me ENC Uy 0E0 (6 c'E AE v oo cp CDO 0.t_: 0.N :zj:7 0.:-1 0.; 2U a aU0. CLAY,dark brown,w/calcareous nodules,stiff 2,0 63 25 381 27 94 2.5 26 2.25 25 2.5 25 5 -grades brawn below 4' 1.75 26 2.0 26 LIMESTOh1E,tan,fractured,w/clay seams SHALY CLAY,reddish brown,very stiff to hard 4.5+ 22 3.25 24 —14.5+ 24 ---------------------- h F C7 a C7 z 0 0 M 0 o LOG OF BORING NO. B-4 PLATE A.7 J Project No. Boring No. Project CMJ ENGINEERING INC. j g Westport parkway Extension 1662-16-06 Bas Alta Vista Road to Keller-Haslet Road-Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0• Date 1 x10_17 Surface E=levation Type R-53,wl CFA �.F0 z © N Stratum Description a o � iu o �o y �� Z� � U �� y � ma=rA= NCL c Qy 8E W 0 N (tl.UI d' 0 � S6'C1 P O C p C O O W 0' mQ_r 0. 1M 0.:3 CL �U Z) Ua CI AY,dark brown,w/calcareous nodules,stiff 2.25 27 2.25 62 24 38 271 96 -very stiff to hard below 2' 4.5+ 20 -grades brown,w(Ironstone nodules below T 4.25 22 5 3.25 22 4.5+ 581 18 40 20 110 SHALY CLAY,reddish brown,hard 4.5+ 4.5+ 1 20 4.5+ 1 -------------------------- 4.5+ 22 ti a c� v _ 0 c� z a 0 M 0 o LOG OF BORING IVO. B-5 PLATE A.8 J Project No. Boring No. Project CMJ 13NGINERRING INC. 1 J Westport Parkway Extension 1662-16-06 B-6 Alta Vista Road to Keller-Haslet Road -Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion (Depth 10.0. Date 1-10-17 Surface Elevation Type B-53,wl CFA o L N D � N �'6 z ' � o Stratum Descripts®n a o CI) 0 CL U W d ay? QE � E gy oo r coo o' maF- IL(0 �� o.�3 tL E its a-4 aUa CLAY,dark brown,stiff 2.25 62 25 37 25 96 2.5 27 -brown,wl calcareous nodules below 2' 3.0 23 SILTY CLAY,light brown,wl calcareous deposits 4.5+ 18 and occasional limestone fragments,harts 4.5+ 14 5 4.5+ 26 15 11 8 LIMESTONE,tan,very hard -fractured,wl clay seams and layers above 8' 100/0.625" 10 ----------------- ---._.------- n r a 0. I7 i z ig 0 m LL o LOG OF BORING NO. PLATE A•9' J Project No. Boring No. ProjectCMJ ENGINEERING INC. Westport Parkway Extension 1662-16-96 B-7 Alta Vista Road to Keller-Haslet Road e Foil Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0, nate 1-10-17 Surface Elevation Type B-53,wl CFA �- ' N c O C 0oe LL �•�tr- o Straturn Descripti®n �,� LU 0 �/� N� 1.a rE .9E A-5 QQ r c 0 W (L to -3:0 a.J [i5 U Za0o_ CLAY,dark brown,wf calcareous nodules,stiff 2.75 24 wl limestone fragments above 1' 2.5 67 23 44 26 2.75 25 SILTY CILAY,tan,wl calcareous deposits and 4.5+ 14 fractured limestone seams,hard 4.5+ 13 5 LIMESTONE,tan,fractured,w/clay seams and layers SILTY CLAY,light brown, hard 4.5+ LIMESTONE,tars,w/clay seams,hard 00!1.37 ' A L7 ^i U a uqi W fn W C7 2 0 O u0 u.. 0 LOG OF BORING NO, Bel PLATE A.101 Project No. Boring No. Project Westport Parkway Extension CMJ HNGINURING INC 1662-16-05 B-8 Alta Vista Road to Keller-Haslet Road -Fort Worth,Texas Location Water Observations See Plate A.1 Dry during drilling; dry at completion Completion Completion Depth 10.0' I Cate 1-10-17 Surface Elevation Type 8-53,wf CPA u. u� o CL ,^ 6i N c L*L LL Stratum Description o a � 0 � r- � �� v aCUD � gE � LU d o0 vE m != my oo 'cam c 00 o' or mNo_}- a.A9 7.9 o_9 aS gU �-0 BUD_ CLAY,dark brown,wt calcareous nodules,stiff to 3.0 64 24 40 24 99 very stiff 4,5 25 CLAY,light brown,w/calcareous nodules and 4.5 57 23 34 7 fractured limestone seams,very stiff to hard 4,5+ 12 5 SILTY CLAY,tan,w/calcareous nodules and 4.5+ 16 Ironstone nodules,hard 4.5+ 21 5HALY CLAY,reddish brown,hard 4.5+ 19 4.5+ 60 23 37 19 110 -w/gray below 8' 4.5+ 21 4.5+ 21 1 ------------_ — _ —_------ r_ F �a U 'a Q x a 0 m 0 0 LOG OF BORING NO. B-8 PLATE A.1 I FREE SWELL TEST RESULTS Project: Westport Parkway Extension Alta Vista Road to Keller-Haslet Road - Fort Worth, Texas Project No.: 1662-16-05 :L�[Ilii€f :. �f l . is . Pi�rstici y �J1csi t�Er[ Perc0r3� I.irtvi# Tff�i# I1;cl xsPi��t�nt% PB-5 LT � !� - PI Initial �lo�;l5--6 clay 58 18 40 19.7 22.1 3.4 3-8 7-8 Shely Clay 60 23 37 19.0 25.4 6.6 Free swell tests performed at approximate overburden pressure CMJ ENGINEERING, INC. PLATE A.12 LIME SERIES TEST RESULTS Project: Westport Parkway Extension Alta Vista Road to Keller-Haslet Road - Fort Worth, Texas Project No.: 1662-16-05 Boring No.: B-6 Depth: 0' to 1' Material: Clay Percent Lime pH 0 9.73 2 11.58 4 12.22 6 12.39 8 12.45 10 12.45 Boring No.: B-8 Depth: 0' to 1' Material: Clay Percent Lime pH 0 9.87 2 11.71 4 12.16 6 12.33 8 12.45 10 12.45 CMJ ENGINEERING,INC. PLATE A.13 SOLUBLE SULFATE WEST RESULTS Project: Westport Parkway Extension Alta Vista Road to Keller-Haslet Road - Fort Worth, Texas Project No.: 1662-16-05 Boring Depth Material Soluble No. (ft.) Sulfates (ppm) 13-3 1 - 2 Clay <100 B-4 1 - 2 Clay <100 B-5 0 - 1 Clay <100 B-6 1 - 2 Clay <100 B-7 0 - 1 Clay <100 B-8 1 - 2 Clay <100 Note: Test Method Tx®OT Tex 145-E. CMJ ENGINEERING,INC. PLATE A.14 VNO n PAS Pavement Thickness Design According to 1993 AASHTO Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Pavement Oesign Agency: City of Fort Worth Company: Burgess and Niple Contractor: CMJ Engineering Project Description: Westport Pkwy-Estimated Traffic Location: Fort Worth,Texas (ESAL's based on Lee Engr Letter 716117) Rigid Pavement Design/Evaluation PCC'rhickness 9.52 Inches Load Transfer,J 3.00 Design ESALs 7,789,708.00 Mod.Subgrade Reaction,k 230 psilin Reliability 90X0 percent Drainage Coefficient,Cd 1.00 Overall Deviation 0.39 Initial Serviceability 4.50 Modulus of Rupture 620 psi Terminal Serviceability 2.50 Modulus of Elasticity 4,000,000 psi Modulus of Jub Irade Reaction(k-value)Determination Resilient Modulus of the Subgrade 4,118 psi Resilient Modulus of the Subbase 15,089 psi Subbase Thickness 8.00 Inches Depth to Rigid Foundation feet Loss of Support Value(0,1,2,3) Modulus of Subgrade Reaction 230.20 psilin 7/612017 3:44:58 PM Engineer: JPS PLATE BA GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY ELAN CITY OF FORT WORTH Westport Parkway Improvements Phase 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 Z m 3 � f0 � N O1 N OI • N Ol Y' ce m Obom V 1 f6 Oa m � _• $ ? w C W a 6 h O. T m 1 —1 •y m �{ -i •--� m p Y n ° 3 3 g $ v m c 00 W 00 P Vl VI W Ol T C W W N A O f+ F+ G Gi CO GO �1 N Z w M w O N O W 01 N 01 O W N 7C V W QI Qt �p ■ O O OCCCE 3 r H/q n w N 3 w n v ? 03 m z z z z z z z z z z n a z z Q a m x m n F;; 'R n� n n n n n n n m N C IMI N N N N N fj0 N N ISD G (C N N m i ! m � � z gi � o o a o 0 0 0 0 0 0 0 0 0 •pP � w O i0 to V N FY+ Y W O b cW0 (1W(/°�1 tW{pp ' �• {r W 4 Ol -Ol W N W A V OV LO V N N OVO O l Ul In OD V pp O m oD m O m W A Y a1 Y O Oo W N N NN N N N N- N N N N 71 W W W W W W W W W W W W W W N N- N A A A A A w W W W W W W W V 4 W V W N 40 i0 m VI N N W N Y Qt V 10 O O f•a O N A Ol N Y W V V VI N N W Qr W i0 o V 00 V A VI V Y N 00 UI W O Ya W � rn m rn rn m m m m m rn s m rn m � � pa Y W V0- N M O N N M t0 A W N 1 W � d N � OQ�� O� O1 ppp1� ry1 01 O� N T d� 6� T O1 N W W 00 00 V \m0 01 P Z lm0 00 Of p a p V V 10 W' W 00 V1 A 6] JC Y A M U, V Qt W O W W O O W C V w M O n -•� n n 4 n 0 n n O- 4 O C 4� Q ?• 0 0 � -• O � 0 0 � -• � � d n fi o T o NE § c . °cm 3 m R z Q ++ °f d - m s � -o m I,-. h Q R GC-6.06QD Minority and Women Owned Business Enterprise Compliance THIS ]SAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July I,2011 ATTACHMENT 1C Page 1 of 4 FORTWOr '" City of Fort Worth Minority Business Entevprrise MBE Good Faith (Effort Form OFFEROR COMPANY NAME: Check applicable block to describe McClendon Construction Co., Inc. Offeror PROJECT NAME: _ X NON-W; D DATE Westport ParkwayImprovements Phase 1 BI018 p � November 8, 2078 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 20 % 8.45 % E02706 It the Offarar did not meet or exceed the MDE subcontfacting goal For /his project, the Offerar must complete [(xis form. If the ©fferor's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation. and received by tate Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. I 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 MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. 1 (Use additional sheets,if necessary) List of Subcontracting Opportunities hist of Supplier Opportunities Joint Seal Aggregate/Topsoil Water, Sewer Pre-Qualified Asphalt Mixtures/Material Drainage Construction Electrical Components Erosion Control Service Barricades and Signs Inlet/Manhole Construction Lime Slurry Lighting Services & Components Redi-Mix Concrete a Masonry Stone Setting Fuel Seeding/Sodding/ Landscaping Portable Toilets i Striping/ Markers & Street Signs Rebar 19 Supplier Construction Survey Erosion Control Devices 1 Rev.2110145 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two(2)months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's iiii/WBE Office. X Yes Date of Listing io /26 /2018 No 3.) Did you solicit bids from MOE 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? X Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No postal Mail was used to contact MBE's that were not reashable by other means. 4.) Did you solicit bids from MBE 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? X Yes (If yes,attach list to include name of MBE firm,,person contacted,phone number and date and time of contact) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? X Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? X Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No I NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method ' must he applied to the applicable contract. Tire Offeror must document that either at least two a!#empts were /made using two of the four methods or that at least one successful contact was made using one of the four methods in order to ixe deemed responsIve to the Good Faith Effort requirement_ i NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 throu9h 6. 7.) Did you provide plans and specifications to potential MBEs? Yes X No ' 6.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? X Yes No { Rev.2!10115 ATTAC"MENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? X Yes (if yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? X Yes (If yes,attach the information that was not valid in order for the MNVBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. i Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Re'ection r C. Green Scaping LP 817-557-9299 Cathleen Green SoddinglLandscape Price 1 i ,ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. All listed MBE's were first contacted by email with an attachment listing specific items of work or material needed. If email contact was unsuccessful,faxes were sent. 1 If the MBE had no email,and a fax was unsuccessful,a letter was sent by postal mail. All pertinent MBE's were contacted successfully by at least one of these methods. Price Comparison for GJ Seeding and Green Scaping is attached. The Offeror 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 Offeror 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 I (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. i Rev.2110195 i ATTACHMENT 1C Page 4of4 The undersigned certifies that the information provided and the MBEs) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons or not using them will be verified by the City's MIWBE is . orized Signature Printed Signature President Dan McClendon, President Title Contact lame and Title(if different) McClendon Construction Co., Inc. 817-295-0066 817-295-6796 Company Name Phone Number Fax Number ' PO Box 999 dan@mcclendonconstruction.com Address Email Address Burleson, TX 76097 11-12-18 City/State/Zip Date i I i J J 1 f Rev.2110115 ATTACHMENT 1A Page 1 of 4 FORT WORTF City of Fovt Worth Minority Business Enterprise IV03E Subcontractors/Suppliors Utilization roan OFFEROR COMPANY NAME: Check applicable block to describe 3 McClendon Construction Co., Inc. offeror PROJECT NAME: NON-MM/DBE aImprovements BID DATEWest ort Parkway Phase ` November 8, 2018 City's MBE Project Goal: Offeror's MBE Project Commitment: r� PROJECT NUMBER 20 % 8.45 % 02706 Identify all subcontractors/suppliers you will use on this project Failure to Complete this form, In its entirety with requested dacumentafiDn, and received by the Purchasing Division no later than 2.00 p.m. on the second City business day after bid opening, exclusive of bid oPening date, will result in the bid being considered non-responsive to bid spedffcatlons. a The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in tilos utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional aridfor knowing misrepresentation of fads is grounds for consideration of disqualification and will result In the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must ideattfy by tier level of all subcontractors/suppffers_ Tier. means the level of subcontracting below the Pane oDntractor/consultent l,e_ a direct payment from the prime contractor to a j subcontractor is considered 1f5`t1er, a payment by a subcontractor to its supplier is considered Zr tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and tx Lmbng those dollars towards meeting the contract committed goal. s i ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. 7 Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that r the City may deem appropriate and accepted by the City of Fort Worth. i i If hauling services are utilized, the Offeror will be glven credit as long as the MESE listed owns and ? operates at least one frilly licensed and operational truck to be used an the contract. The MBE may lease trucks from another MBE firm, including MSE owner-operated, acid receive full MSE credit_ the MSE may i lease trucks from non-f BE% including owner-operated, but will only receive credit for the fees and i comm ssiorks earned by the MSE as outlined irk the lease agreement, — Rev.2110115 FORTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBE:. MBE firms are to be fisted first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER Company Name T Detail Detail Address i nn W Subcontracting Supplies Dollar Amount Telephone/Fax e B B Work Purchased Email Contact Person {_ Rubio Trucking Haul off $27,623.85 9000 Co Rd 513 Trucking Alvarado, TX 76009 ❑ 817-823-3711 No Fax Klutz Construction, LLC Inlet $35,600.00 650 Tower Dr. Construction PO Box 185 0 ❑ Kennedale, TX 76060 817-561-5591 Fax 817-483-2048 GJ Seeding, LLC Sod, Tree $62,017.00 1080 S Burleson, Blvd Planting, Burleson, TX 76028 Landscaping 817-426-8284 ® El I Fax 888-761-2077 ❑ ❑ 1 ❑ ❑ Rev.2110115 r FoRTWORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status-, i.e., IMlncri[V and non-MBEs MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T " Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Pax e B B M Work Purchased Email r E E $ Contact Person R&D Burns Brothers, Inc. Water& Sewer $39,730.00 PO Box 786 Contractors Burleson, TX 76097ElPre-Qualified El 817-447-0292 Fax 817-447-0207 American Striping Striping/ Markers $59,178.00 Company 11551 Ravenview Road Dallas, TX 75253 F 972-557-8565 No Fax Bean Electrical, Inc. Lighting $49,229.00 821 E. Enon Ave Fort Worth, TX 76140 817-561-7400 Fax 817-561-7403 JKM Construction Inc. Masonry Stone $27,870.00 3036 Gardenia Dr. Setting Fort Worth, TX 76119 ❑ ❑ � 817-585-6659 No Fax Steve Rizo, Construction $7,500.00 PO Box 730 Staking Joshua, TX 76058 F-1 E 817-517-7520 W.O.E. Const., Inc. Joint Seal $2,797.40 PO Box 185176 j Grand Prairie, TX 76181 817-284-7401-Fax { 817-284-7400 � Rev.2110115 FORT WORTH ATTACHMENT 1A Page 3 of 4 1 Offerors are required to identify ALL subcontractorstsuppliers, regardless of status, i.e., Vllnorft arid non-Ml3rd. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NGTRCA . SUBCONTRACTORISUPPLIER Company Name T a Detail Detail Address i Subcontracting Supplies M w Dollar Amount Telephone/Fax ` B B M Work Purchased Email E E Contact Person Barnsco, Inc. Rebar Supplier $27,464.30 2609 Willowbrook Dallas, TX 75220 ❑ ❑ d 214-352-9091 Fax 214-379-0341 HJG Trucking, Inc. Aggregate/ $9,900.00 701 Denair St. Topsoil Fort Worth, TX 76111 El817-834-7181 817-834-8240 City Concrete, Inc. Redi-Mix $192,045.00 PO Box 890 Concrete Rhome, TX 76078 ❑ ❑ 817-636-2690 Fax 817-636-2690 ! Lhoist North America Lime Slurry $17,760.00 5600 Clearfork Main St _ #300 ❑ ❑ � 817-732-8164 Fax 817-732-0870 ❑ ❑ ❑ ❑ i Rev.2110115 [[OZ`[([°f psenaW M710•ox/aa[Nd'Q0 SINFIMIDOO NOUVOIAIDads AIOI.LDMUISNOO ai[dONVILS ff£tanuuoO s7aa S poor,.roggXlaAt N IXOM INO3 JO A.1.13 e��tr5 �aldnpv -va A..ps z_r. r-E Af 4M MR -n A- u p u u W—U—s6 t r aW W Cdr aE[ -ssaM_514 SO,US' to rtes ' 'M& f'ajl F z-4 kad rll p W-sau*s— Pzlr _ xe jaw jp se�as�as J 3,E�Liea m8 #'ter a�q =9r��rix C a ��q ra�1W mss _ a ILgnldi{lFaa�'p, Uou�ancr s f. ea,Sn JL a X41 P-'-eu.rac ter-e16 1:rafts_i *J yM4&2".w-M law'a-.irx im Egexq=I' -U.ras g_,,ILL --o;16WLWM E 1M[Wf Y-L--- QIO W SOW pn"ppe 4mly atm llaa—A g dun r"L-ta f.l ga P-N.,7tn 1,2 u p w ,, 7Ma, 1 -�o-JO tir AaAM ae req aeg wv;N 1-'a J4 pa,aF xxr e4 45mm F:1'R 1 9 V WedlU BU:WL-E r MWO s s te:nwr ja-VM#nmtq Ea--xoaq as+r .sa:l6 pM amu_=hen ay[',,Ep Wo•o a IV-,r---Z14ML aim t-L-,h 4 ;[err A1t-41ae ski--4M9ULflAk 9W 4VM-.—MMb ;dr a, n_e•.� . rF a-- ba cel aq - aa _ � _ � ��bpt+4�+ aIdef4atliFe3u.r� r 'Ts: Yse.} �U �1��'��''�It11'.��"fir-�rj rx.■.��=_�y�,�suara.�}���n��y 1 Inifffauffi3pi"ID SSF40 6.f C.n_;nW,S pMP"Bw-k�a';Vll�WswA-,a" o-' St[C-9Lt ue 4a9a;nkt k$e_vx.r,[_mmeesi as,p aa-.ra;,ak•��_v�iar-ed V �p�I'.`�:'Id711E1i3�td�;`831 g[[�'�f.t••CI¢Da�at3�- "�s 3€1 Q7µ-$LLcl,��r�'y�3J6EtTb3�F }3aasaasa-eu�vs-a�"�,+�aP44� :-sd��as�asr �e.i, 3- .7p *xaiA: ;e '�uo€ta�aek:o �:pa�yte�,,_ sae 3 4a?tea= 'LLL r, s �n s;es rag,?ka -r-mu. .=m-3--,MPM , s a i.ow to i.1 O*C°:gLj �l [�Ys:'_ r�aaansebgesE:trr»r sa-i I,?64Z �'a"��° �atusuanaek:�'� 9Lt Q�411�acH,.a� �e s•_�,��ttgay�arweLun,sae.a3w� - rlrrf� 4 13iG Ama.g jmmffwA-seri x,:E 2'L v"k -WHA MM UG M51,la VMBM GiP&M%9WMb SAM Jl�[171�Il�l1�lkNil�ulttL•.�"�+'. �'�A 95��11>}E�I�-r Sl]�Ftii la'1�tglO J1Oj�O�ii 9tt� £3o Z a2td .LIA` GIAdV ISMIU II JO.LOI`l. NOD Z-£[9£00 I IOZ`I A[nf pasrAau SZZIO'oN oafo.ed'ou SINawflooQ NOI LVDIAIOBdS NOI.I.DI1 USNOD UUVCNdj S gf-lon mOO Ma ISPoot<,IogWlaAf H 'dOAA INOA AO MID KOliJHs 30 aKa -Qazfazmo Ps dog 713L J-T' [r-Lu^-:s=tie-11UMI-WaX AM".. ._ x at W 1 d WYrS6 AMY-LON XUAV •'f",2, MW_3Im-FF-—7 U6,M] :r 'K.30 --m- LAP-) m7 [zlwTs..t eel.7w�3 Tfl va-l'u Q nk-lL AFL,-4 e s.rsLI`r ai ;�ti><sri• a: �wrr�Ie�:..f4v���';2.,P4 fug) -24L KFSaf� 1 �t ISV RIUM—ssip pa id kw-4jl 4 pall, 1R;AEab n=ne'.II t,.-Irpfauar 5400 T-0,11 x ��-:xar--�pa !g:. s-..;,aa��krad,q.�^uo�aRssarnsyeyaapc��¢+�ui�f[o3drr¢�..�y*�,�sap3�r��r,c��yyy�vas;�dlia�� � .pD—% mar-i Lma&-n;llL-jfll jv;%figj yup(u)ZOM;,suwpaSAc'3paqyap•1 isiodIt!afnv 1w�dOPau=BA-113tcMe-�M. -Poo ir->1 IL--7s —l'€LI-,ftfJ m.---PX—B to �,„�. „r _� lean:s�_'Sa.s"+arae_�;��z`I��ha.;�dts{����aar�naeaFr»uaeaa€fssy.,a4u�uraauual� Y_11 f_,is .4.au uaapA3.2am aCaw—k'da amn F4 DD-.IIU eqfl=_ 3 -LIF,IL 3e.72UrBJ IDN7 OW lat-TX SC MM e4q%FJOINN aOUG41 40EUM mart AdiJL ;xaUai,,,UGPaPW-zf=IPM �rcy „!ksypE4sl& a� mss}' a�4�sL' *o.} _.N2W31_VJL3 31:011AN03 mcm Edo E aged 11AII MAV ISRSUNI AO LSI IANO� £-El Sc 00 FORT WORTH City ®f Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total doflar value of the contract is $550,000 or more, then a MBE subcontracting goal Is applicable, POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 20 %of the base bid value of the contract. Note: If both MBE and SEE subcontracting goals are established for this project,then an Offeror must s; MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. : urrero, v,hLin +Jbiwei 11 i M13 lJocLirrientailoil Irk ..... . . .. .. . .. .. . .: . ........I . .. , ; .i,... .i r., .,,)ii and obtain a datriflIme for-mi-pi Sim.Ik rccplpt nhaII be Fividufice that Inn ('ity rocolved the docurnefdatiopi ire the limps allsxmwd A f ic n ti r,rrdic)v onuilied copy will not hr. i9ecepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date,exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening-date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESP0NS1Vr=. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at(817)212-2674. Rev.2110/15 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise SASE Subcontractors/SuoRliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MMIDBE11 NOWIVIAA Dr Westport Parkway Improvements Phase I ,f�8�2n�$ BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 20 % % 02706 Identify gII subcontractors/suppliers you will use on this project Failure to complete this form. in its entirety with requested docurnentat+on, and received by the Purchasing Division no later than -00 p_m_ on the second City business day after bid opening, exclusive of bid opening date, Will result in the bid being considered non-responsive to bid specificaliorls. The undersigned Offeror agrees to enter into a formal agreement with the MSE firm(s) listed fn this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing rnisrepresentation of facts is grounds for consideration of disquaiificatiarl and will result in the bid being considered non-responsive to bid specifications. MBIEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business presence in the Marketplace. Marketplace is the geographic area of Tarrant. Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: rneans the level of subcontracting below lihe prime contractodconsultant i,e_ a direct payment from the prime contractor to a subcontractor is considered tsh tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payrnent of all tiered subcontractors identifier) as a DISE and counting those dollars toviards meeting the contract cornmitted goal_ ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafrde minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at leasl one fully licensed and operational truck to be used on the contract_ The MBE may lease trucks from another MBE firm. including MBE owner-operated, and receive full IbIBE credit. The MBE may lease trucks from non-MPEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2110115 FORTWORTH ATTACHMENT 1A --%*� Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mlnnrity and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA SUBCONTRACTORISUPPLIER ° Company Flame T.. Detail Detail Address i M w Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Ismail r Contact Person �- El El 11 El 1-1 ❑ ❑ Rev.2110115 -- ATTACHMENT 1A 090 Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non•MBC=k. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax ' B B M Work Purchased Email E E Contact Person E El F] EJ EJ Rev.2/10115 FORT ORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAddition form. 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 Offeror shall submit a detailed explanation of how the requested changefaddition or deletion will affect the committed MBE gaai_ If the detail explanation is not submitted, it will affect the firma 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 MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(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 creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1)year. Authorized Signature Printed Signature Title Contact NamelTitle(if different) Company Name 'Telephone andlor Fax Address E-mail Address City/State/Zip Date Rev.2110115 ATTACHMENT 'IC Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MMIDBE NON-M/VV/DBF Westport Parkway Improvements Phase 1 11/8/2018 BID DATE City's IVIBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 20 % I % 02706 If the Offefof did not meel or exceed the MBE subcontractlnEl goal for this project, the Offeror must C0MPI to this form. If the Offeror's method of compliance with the (VIBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. EFailure complete this forrrw, In its entirety wF#h supporting documentation, and received #�y tt�s g Division no later than 2,00 p.m. on the second City business day after bad opening, exclusive ning 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 IVIBE or non-M13E. {DO NOT LIST NAMES OF FIRMS1 On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, If necessary) List of subcontracting Opportunities List of Supplier Opportunities Rev.2110115 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MNVBE Office. Yes Date of Listing I I No 3.) Did you solicit bids from MBE 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 MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting andlor 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 MBE firm, en rson contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the G F E non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The Foor methods idantlrled above ara acceptable for soliciting bids, and each selected method mast bn applied to the applicable contract_ The Offeror must docurnent that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to he deemed responsive to the Good Faith Effort requirement_ NOTE., The Offeror must conW1 the entire MBE list spcclfic to each subcontracting and supplier opportunity to be in compliance with questluns 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 g.) Did you prepare a quotation for the MBEs to bid on goodslservices specific to their skill set? Yes (If yes,attach all copies of quotations.) NO 10.) Was the contact information on any of the listings not valid? Yes (If yes,attach the information that was not valid in order for the MNYBE Office to address the corrections needed_) No 11.)Submit documentation if MBIE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets,if necessa and attach. Company Name Telephone Contact person Sco a of Work Reason for Rejection ADDITIONAL INFORMATION, Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror 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 Offeror 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 shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2110115 ATTACHMENT 7C Page 4 of 4 The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted in good faith. It is understood that any MBEs) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's IVl/WBE Office. Authorized Signature Printed signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip ®ate Rev.2110115 ATTACHMENT IB FORT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: NUW/DBk I I NON-NUw/DBE Westport Parkwa- y Ire rovements Phase 1 1 1 18120 1 8 SH)DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 24 % % 02706 If both answers to this form are YES, do not complete ATTACHMENT 1C (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 1C. This form is only applicable if both,answers are yes. Failure to complete this form in its entirety and be received by the.Purchasing Division no later than 2.00 p.m., on the second City business day after bid opening, exclusive of the bid opening date, will result In the bid being considered cion-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 Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract,the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror 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 MBEs 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 focal laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and 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.211 R17 5 Joint Venture Page 1 of 3 FORT WORT] 1 CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered,use"NIA"if not applicable. Name of City project: Westport Parkway Improvements Phase I , A joint venture form must be completed on each project RFP/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 MBE firm Non-MBE firm name: 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 MBE: Describe the scope of work of the non-MBE: Rev.2110115 Joint Venture Page 2 of 3 3. What is the percentage of MSE 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. 5. 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: 6. Identify by name,race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to 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 MBE 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 M1WBE 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 BDE Ordinance. Rev.2110115 Joint Venture Pa e3of3 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 termination 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/ordinances concerning false statements or willful misrepresentation of facts_ ----------- ------------------------------------------------------------------------------- Name of MBE firm Name of non-MBE 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 ,20 ,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 (sen!) Rev.2110115 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project 402706 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 $ 18.12 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 GC-6.09 Permits and Utilities THIS PAGE DEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 tl ,P Eagle Mountain—Roanoke 345 KV line E-51148 2018-0081 CW ENCROACHMENT ON EASEMENT Westport Parkway Improvements Phase 1 City Project No.02706 WHEREAS, Oncor Electric Delivery Company LLC ("Oncor"), is the owner of a easement in Tarrant County, Texas, which is recorded in Volume 6943, Page 1858 of the Deed Records of Tarrant County, Texas ("Easement"); and WHEREAS, City of Fort Worth, ("User"), desires permission to construct, operate and maintain two (2) twenty foot light poles, one (1) ground box, one (1) neighborhood sign and grading and paving improvements to the intersection ("Encroaching Facility") within the area or boundaries of the Easement("Easement Area"). NOW,THEREFORE,in consideration of the mutual covenants contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, Oncor and User do hereby agree as follows: 1. Location of Encroachin Facili User may locate the Encroaching Facility in the Easement Area, but only as described and shown on the attached drawings marked Exhibit"A", incorporated herein. User may not relocate the Encroaching Facility within the Easement Area without the consent and approval of Oncor, which consent and approval shall be at Oncor's sole discretion. User acknowledges and agrees that Oncor holds easement rights on the Easement Area; therefore, User shall obtain whatever rights and permission, other than Oncor's, that are necessary. 2. Restrictions on Use of Easement Area. User shall use only so much of the Easement Area as may be necessary to construct, maintain,operate and repairthe Encroaching Facility. User shall, at its own cost and expense, comply with all applicable laws, including but not limited to existing zoning ordinances, governmental rules and regulations enacted or promulgated by any governmental authority and shall promptly execute and fulfill all orders and requirements imposed by such governmental authorities for the correction, prevention and abatement of nuisances in or upon or connected with said Encroaching Facility. At the conclusion of any construction, User shall remove all debris and other materials from the Easement Area and restore the Easement Area to the same condition it was in prior to the commencement of User's construction thereon or in proximity thereto. User shall not place trash dumpsters,toxic substances orfilammable material in the Easement Area. Further, if the Easement Area has transmission or distribution facilities located thereon, User shall not place upon the Easement Area any improvements, including but not limited to, buildings, light standards,fences(excluding barriers installed around transmission towers), shrubs,trees or signs unless approved in advance in writing by Oncor. Additional general construction limitations on encroachments are described and listed in Exhibit"B", attached hereto and by reference made a part hereof. *Awn to.- Oncor o:Oncor Electric Delivery Company Right of Way SeMr es Attn:Lawry 1DeLaAPOR 116 W.7th SUIW,Suite 505 Encroachment on Easement leart woo.TX 761(* Page 1 of 12 3. Maintenance of Encroaching Facility. User, at User's sole expense, shall maintain and operate the Encroaching Facility. Oncor will not be responsible for any costs of construction, reconstruction, operation, maintenance or removal of User's Encroaching Facility. 4. Risk and Liability. User assumes all risks and liability resulting or arising from or relating to User's use,the existing condition or location,or existing state of maintenance, repair or operation of the Easement Area. It is further agreed that Oncor shall not be liable for any damage to the Encroaching Facility as a result of Oncor's use or enjoyment of its Easement. Any Oncor property damaged or destroyed by User or its agents, employees, invitees, contractors or subcontractors shall be repaired or replaced by Oncor at User's expense and payment is due upon User's receipt of an invoice from Oncor. 5. Indemnification, User,to the extent allowable by law,agrees to defend,indemnify and hold harmless Oncor,its officers,agents and employees,from and against any and all claims,demands, causes of action, loss, damage, liabilities,costs and expenses(including attorney's fees and court costs)of any and every kind or character,known or unknown,fixed or contingent,for personal injury (including death), property damage or other harm for which recovery of damages is sought or suffered by any person or persons that may arise out of, or be occasioned by, the negligence, misconduct or omission of User, its officers, agents, associates, employees, contractors, subcontractors,subconsultants, or any other person entering onto the Easement Area or may arise out of or be occasioned by the use of the Encroaching Facility, except that the indemnity provided for in this paragraph shall not apply to any liability resulting from the sole negligence of Oncor, its officers, agents, or employees or separate contractors, and in the event of joint and concurrent negligence of both Oncor and User, responsibility and indemnity, if any, shall be apportioned comparatively. Nothing contained herein shall ever be construed so as to require User to assess, levy and collect any tax to fund its obligations under this paragraph.Article Xl Section 5 of the Texas Constitution provides that a city is prohibited from creating a debt unless the city levies and collects a sufficient tax to pay the interest on the debt and provides a sinking fund. The City of Fort Worth has not and will not create a sinking fund or collect any tax to pay any obligation created under this section. 6. High Voltage Restrictions. Use of draglines or other boom-type equipment in connection with any work to be performed on the Easement Area by User, its employees, agents, invitees, contractors or subcontractors must comply with Chapter 752, Texas Health and Safety Code,the National Electric Safety Code and any other applicable safety or clearance requirements. Notwithstanding anything to the contrary herein, in no event shall any equipment be within fifteen (15) feet of the Oncor 438,000 volt or less power lines or within twenty (20) feet of the Oncor 345,000 volt power lines situated on the aforesaid property. User must obtain Oncor's approval and notify the Region Transmission Department at 817-496-2746, 48 hours prior to the use of any boom-type equipment on the Easement Area. 7. Relocation of Facilities. User shall not place its facility within 25 feet of any pole or tower leg. User agrees that in the event that Oncor determines that User's Facility interferes with Oncor's facilities, User will relocate User's Facility at User's expense. User will be entitled to relocate User's Facility on the encroachment area granted hereunder if reasonably possible without further interference with Oncor's facilities. if User's Facility cannot be relocated on the encroachment area, then, if reasonably possible, Oncor agrees to grant User an encroachment near the encroachment granted hereunder so that User's facility can continue to operate as originally intended. Encroachment on Easement Page 2 of 12 8. Default and Termination. It is understood and agreed that,in case of default by User or its agents in any of the terms and conditions herein stated and such default continues for a period of thirty(30)days after Oncor notifies User of such default in writing,Oncor may at its election forthwith terminate this agreement and upon such termination all of User's rights hereunder shall cease and come to an end. This agreement shall also terminate upon the abandonment of the Encroaching Facility. This agreement shall extend to and be binding upon User and its successors and assigns, and is not to be interpreted as a waiver of any rights held by Oncor under its Easement. IL Executed this i day of MARCS , 201 S. APPROVAL: OncY• or E! ric ®eiiix r Company LLC B � Dennis L. Patton, Attorney-In-Fact ACCEPTANCE: City of Fort North BY: Name: Jesus J. Chapa Title: Assistant City Manager A PROM AS TO FOAND LEGALITY: CRY ATTORNEY Encroachment on Easement Page 3 of la STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME,the undersigned authority,on this day personally appeared Dennis L. Patton, as Attorney-ln-Fact of Oncor Electric Delivery Company LLMC, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he is authorized to do so. GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of A. D. 2018. MANDY M.SMIJ-2020 Nal ary Fubft Ststn oNotary i 'n nd fo a State of Texas r t Comm, ';' , 48114 STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared Jesus J. Chapa , as the Assistant City Manager of the City of Dort Worth, known to me to be the person whose name is subscribed to the foregoing instrument and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed, in the capacity therein stated and he/she is authorized to do so. GIVEm UNDER MY HAND AND SEAL OF OFFICE this day of A. D. 2018. M IAS.S.SANCHEZ:'•"Y �z ota Public in and for th6 State of Tex ?•' My Notary 10#2256490 Bplres December 19,2021 Encroachment on Easement Page 4 of 1A ARCO -x 1 HSVHdSLN3PVSAOHdN1 AVAN)MMVd.LZIWIS361 s eat a 0 � fm3 �e _ U OL 0 �Hill�� � e 5 1 \\xV! E \�\ \\\ P , Big /♦!♦ ♦ i S S \\ des;.// / `� ♦♦,�'r r Dial � l 10"s" 4 9 'fiYu 4 �,�� R73 � LrP ♦ I 5 �R 4►� .+ ♦p Sllt�, � X. fl6 r •.r ! f yLrJ?�• i n¢9RI�gR AiQARSPIR.i. - r' 7 .` ` � I + � � � ! �r � ,r'• ^tet, E w.j•-. nY-¢¢YIR Y¢Of � Fr - ♦ t� u F�� \ !r � lima 42. ♦ ♦ �[a� r t t nr Rizt�noc/Ua mumr 7u' to Irt"vlwl a mwsLmAlIlan/trwiyty�r nitOFs� �45aPCFhd EXHIBIT " " Encroachment on Easement 1 of 5 Page 5 of 12 roan x i 3saHa siNav+r AOMM"kVA1k)1'Idd,LVCO USBM Nit t tta�Ll yyQp (a� yR {p6� gill Y �IIg5A �1�aril m ? D �Y(��L� �[ � y Nil d Wp ��ss k z !1 11{VaIi�EEE y A g ly! p lit file O W i Iy M .l I _ L - W yo I P ra r. C� f i.\ x - i'445'R\R •�.'��..�• itsyys'a M fi I . AN s iPro V? 113.L241:1 81oz/V/i MWW t bNtM4 Xd Li'CUI EXHIBIT "A 01 i m&"lSYI v "%-. AswiteA."; '" Encroachment on Easement 2 of 5 Page 6 of 1'2 raoa x -- ryry _ I3SVHd spINMgnoaawI.XVAiN-►vaaxoLr.sIIn� IQ g +b U N„ �(xpxp(, pppOp0JyyxxA �yy� 1paf, �.ffX5p^ ��'�� ��9 � �ByS �E�•�� }� � RAFA �8 +il� P[ a.1 d f n 111 1 ni 51% i a ic lip -fills, � 'z Ell It $rr } 'Ke \ �� . .: t ,rte`r�'''�� � �' -s-• f� / y kj Y 4 -I 40 1 ` pw 6rai s Quwa jm¢ala �n xWv, n3 i�INC OIOi/BI/l W3N4 lS1 u±S t�P�-.edGLOlCVNP1CPa�\s90cstl EXHIBIT "A" Encroachment on Easement 3 of 5 Page 7 of 12 0.0a x rdSVHd SiN9MAoa11N1E AVM'iWd.L11QLM.SRA1 INS! Oil Id a gE IN � to IPA ps 1 6 1 16, IWO t= i Ep w Y 1 Y a � 18 5 � (,26' .fi ilk 1 I 1 1 1 f I' 1 1- 1 i f 1 f 1 3 g I a I 1 - 1 1 f g 3 ! '9 t 1 I � Md lF-B/-v 919t/L1/9-IugM '^' 'ReM ly 94[f<9 91 RT/LLfi�SFK ISY1 (Il N'0'flkUri'1104TIItl15ND�2[\�VeVi\9P]Y 10\!9[S\F�f\if EXHIBIT "A" Encroachment on Easement 4 of 5 Page 8 of 12 9000 A •I�sVHds.t.NRWRAOUdWI.&VA%]n[SIJ.LNOJ.LOAi 12 �� � ��zwtl Fsrs.,d i E- pS'_iQ{ MA all, b R8 Sad is. p� yC girk F k � AL I MH jwn 8 e k�; ' , Y gip * p I':SeQ..s'�.i•. •{; -- fA Y v I I siK gild _ l I xA Q r I pix U� I I I M W 6 I I I � n. i i a 54 ' - ff1 o I 2 LU i_I to ratv.�r aioz/sit wvwra +��x'n-•r m ztwtx mozRt/t meas tm IM^�1Vx•>.s'r W rites m\.i•wslarx ia�eocst.•r\N EXHIBIT "A" Encroachment on Easement 5 of PJ Page 9 of 92 CONSTRUCTION LIMITATIONS ON Oncor ELECTRIC DELIVERY COMPANY RIGHT OF WAY EXHIBIT "B" 1. You are notified,and should advise your employees, representatives, agents, and contractors, who enter the property that they will be working in the vicinity of high voltage electrical facilities and should take proper precautions, included but not limited to the following stipulations and in compliance, at all times, with Chapter 752, V.T.C.A., Health & Safety Code. 2. Blasting is not to be permitted on Oncor right-of-way or under Oncor lines. 3. Construction on electric transmission line easements acquired by Oncor after January 1, 2003 shall comply with the requirements of Public Utility Commission Substantive Rules§25.101,as amended from time to time. 4. No crossing less than 45 degrees to the centerline of the right-of-way. 5. Grading will be done in order to leave the right-of-way as near as possible to present condition. Spoil dirt will be removed from the right-of-way and no trash is to be left on right-of-way. Slopes shall be graded so that trucks can go down the right-of-way when required and such that the slopes can be mechanically maintained. 6. Equipment and materials will not be stored on the right-of-way during construction without written approval of the Supervisor of Regional Transmission. 7. Street or road crossings are to be based on drawings submitted. Any change in alignment or elevation will be resubmitted for approval. 8. No signs, lights or guard lights will be permitted on the right-of-way. 9. Power line safety equipment operations: hazard assessment and precautions inside the work zone area must be performed and in compliance with OSHA Standard §1926.1408 at all times. Equipment shall not be placed within fifteen (15)feet of the Oncor 138,000 volt or less power lines or within twenty(20) feet of the Oncor 345,000 volt power lines. Encroachment on Easement Page 10 of 12 10. Any pre-approved fencing will not exceed eight(8)feet in height, and if metal in nature, will be grounded, at ten(10)feet intervals,with an appropriate driven ground. Gates should be at least sixteen (16)feet in width to allow Oncor access to the right-of-way. 11. No dumpsters will be allowed on Oncor right-of-way or fee owned property. 12. Draglines will not be used under the line or on Oncor right-of-way. 13.The existing grade shall not be disturbed, excavated or filled within 25 feet of the nearest edge of any Oncor transmission structure (tower, pole, guy wire, etc...). 14. Right-of-way will be protected from washing and erosion by Oncor approved method before any permits are granted. No discharging of water will be allowed within any portion of the right of way. Drainage facilitation will not be allowed to discharge intolonto Oncor right-of-way. 15. No obstruction shall be installed on the right-of-way that would interfere with access to Oncor structures or prevent mechanical maintenance. 16. Before any work is done under Oncor lines or by Oncor structures notify the Region Transmission Department, 817-496-2746, 17. No hazardous materials will be stored on the right of way. 18. For purposes of this document, "Hazardous Materials"means and includes those substances, including, without limitation, asbestos-containing material containing more than one percent (1%) asbestos by weight, or the group of organic compounds known as polychlorinated biphenyls, flammable explosives, radioactive materials, chemicals known to cause cancer or reproductive toxicity and includes any items included in the definition of hazardous or toxic waste,materials or substances under any Hazardous Material Law. "Hazardous Material Laws" collectively means and includes any present and future local,state and federal law relating to the environment and environmental conditions including, without limitation, the Resource Conservation and Recovery Act of 1976("RCRA"),42 U.S.C.§6901 et seg.,the Comprehensive Environmental Response, Compensation and Liability Act of 1980, ("CERCLA"), 42 U.S.C. Encroachment on Easement Page 11 of 12 §§9601-9657, as amended by the Superfund Amendments and Reauthorization Act of 1986 ("SARA"), the Hazardous Material Transportation Act, 49 U.S.C. §6901 et seg,., the Federal Water Pollution Control Act, 33 U.S.C.§1251, et seq.,the Clean Air Act,42 U.S.C.§741 et seq., the Clean Water Act, 33 U.S.C. §7401 et seq., the Toxic Substances Control Act, 15 U.S.C. §§2601-2.629, the Safe Drinking Water Act, 42 U.S.C. §§300f-330j, and all the regulations, orders, and decrees now or hereafter promulgated thereunder. 19. Brush and cut timber is not to be piled or stacked on Oncor right-of-way nor is it allowed to be burned upon or in close proximity to the conductors or towers. 20. No structures or obstructions, such as buildings, garages, barns, sheds, swimming pools, playground equipment, guard houses, etc.,will be permitted on the right-of-way. 21. Landscaping on Oncor right-of-way is permitted when Oncor approves landscaping plans in writing. No lighting or sprinkler systems are allowed on the right-of-way. 22. No park or park designation will be permitted on the right-of-way. 23. Gas Pipeline Protective Barrier; Grantee, at Grantee's sole expense, shall provide one of the following protective barriers; 1) a concrete protective barrier between the surface and.the pipe that is a minimum of one(1)foot thick by one(1)foot wide, if pipe is wider than one(1)foot,then width of pipe,with the top of the concrete barrier to be at least one(1)foot below the surface or final grade, 2) construct the gas pipeline inside of a proper protective steel casing, 3) where electric facilities are located above ground, install the pipeline a minimum of ten (10)feet below the ground surface,or 4)where electric facilities are located below ground, install the pipeline at a depth that provides for a minimum of a ten (10)foot clearance between the pipeline and the underground electric facilities. 24. No fire hydrants or manholes will be permitted within the right-of-way. 25.Any drainage feature that allows water to pond, causes erosion, directs stormwater toward the right-of-way or limits access to or around Oncor's facilities is prohibited. Drainage facilitation will not be allowed to discharge into/onto Oncor right-of-way. 26. No boring pits or other type of pits will be permitted within the right-of-way. Encroachment on Easement Page 12 or 12 MARY LOUISE OARCIA ��°�40 s: COUNTY CLERK �, �• 100 West Weatherford Fort Worth, TX 76196-0401 s,«*'-too«"�` PHONE(817) 884-1195 ONCOR ELECTRIC DELIVERY CO LLC LAURA DELAPAZ m ROW SRVS I 15 W 7TH STREET 505 FT WORTH TX 76102 Submitter: ONCOR ELECTRIC DELIVERY CO LLC DO NOT DESTRQLf VVAJ4NING - THIS IS PART OF THE OFFIC16L RECQRD. Filed For Registration: 4/10/2018 2:01 PM Instrument#: ©218075992 E 13 PGS $60,00 D218075992 ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW. GR-0160 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Westport Parkway Improvements Phase I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project#02706 Revised July 1,2011 FORT WORTH,,,-,, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: September S, 2018 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components ........................................................... 1 2. Manholes &Bases/Fiberglass ...............................................................2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes &Bases/Frames & Covers/Round ....................................... 4 5. Manholes &Bases/Frames & Covers/Water Tight&Pressure Tight .. 5 6. Manholes &Bases/Precast Concrete .................................................... 6 7. Manholes &Bases/Rehab Systems/Cementitious ................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert(Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer ............................................................................... 10 11. Pipes/Ductile Iron ................................................................................. 11 12. Utility Line Marker ............................................................................... 12 B. Sewer 13. Coatings/Epoxy ..................................................................................... 13 14. Coatings/Polyurethane .......................................................................... 14 15. Combination Air Valves ....................................................................... 15 16. Pipes/Concrete ...................................................................................... 16 17. Pipe Enlargement System(Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE .......................................................................................... 19 20. Pipes/PVC (Pressure Sewer) ................................................................. 20 21. Pipes/PVC* ........................................................................................... 21 22. Pipes/Rehab/CIPP .................................................................................22 23. Pipes/Rehab/Fold &Form ............................................................. ..23 24. Pipes/Open Profile Large Diameter ......................................................24 C. Wafer 25. Appurtenances .......................................................................................25 26. Bolts,Nuts, and Gaskets ....................................................................... 26 27. Combination Air Release Valve ........................................................... 27 28. Dry Barrel Fire Hydrants ...................................................................... 28 29. Meters ................................................................................................... 29 30. Pipes/PVC (Pressure Water) ................................................................. 30 31. Pipes/Valves &Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves &Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves &Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement ..................................................................... 34 35. Sampling Stations ................................................................................. 35 T d � N � 'S � O �-e a w w w w w d N W W W W W [D � u�i udi tdA U Vpi c f fir x x x i o M o a N o o 4 d 0 rh 4 rh � INAwW p 1 � a O G 04 m � tv rrt ro y � y w N b o n ? "Y N � 7CJ oo _n CD y � m a a rr d � � m o � w (] O O� a 1n U G N b °p f0 O z �o w m z � I � � ® � K « _ ■ CD e _ ] ] CD / E / / ~ \ ¢ � - E ■ § _ § � E § C } � % y tv � m ; i ; y \ cr9 En 10 E O � E 2 [ \ . \ ƒ . ] « � m 7 « z7 § p p T go n | � Z r o 3 a pl � ro �^ K w � � K N W N CL w lb v ro �v = w � r .'1 � ro M K 7 F-� 4l R d � � � R H rp ro K 14 C cye � M1' ro C, rp m w n C 3 Cys y � y pyx n N O N GO I n d' C ro I o su 3 v m K ro K ro a 0 K N 0 ro � 'C ro � N �p 0 N � A � O pa W z T � pp O pO +7 � rt N M �y D d W W W W W W W W W W W W W w W W yt W W 1} N CL w w w w W w w w w w w W L w w A CD W ry W w 'w w w w ry M w n n n n n n n n n n n n . . . n n CD gCD CD CD y� a 41� G y _ CD ro ro s y CD R •► ° g w e C LT". rD H � H .► � F � � m � °� N a � N N # 17 w � A o w Q z z h x !A (9 n m n N W C $ ro rD f�- rn � y uo 3 rD ss ro W zn e R a tl G C t7 h' A � w N ro a o w a w w w w w w � Vii Vdi U U S�I� N ro d W W W W CD 0- P, 000000 Fs 4A � m � ro m 0 2 G ~ K w V< r ctv PC cl LO wQ ra � Z �yy Y o 'd W p � ro n W C � ry E ro a d �e ro 'ro � � F a a � 0 0 3 m � n. ro a 0 +o 0 G t1 t7 CF d C3 �' 0 o N O N N �? a_ oo w a, '� • • 9 d r. C w w w w w w w w y m w w w w w w w w @ ov /qr pa o 0 0 � o 0 o c C ry '• �A r � w .t R b � m a � o m n � 9G c fr `+ x x ro y 1-0 pr fb p R su � y su coo D � r� x s �0-1 S-jy c y Rk d d it b n -m r H O rn R a. h N > > g> > .yam � n ri ri ri ri n ri a. O t�D b d H b 0 b A l_h SEi' m A .P A O - O O� t Z v (D CL rn ra to to to 06 V ISO W r � 7Q a a c m I. o ro � r� o � � x tv � o CD CD � � y s y � � n o H n m C R 7 `C �s G �s °0 O N O .3 IIV PC C R I � N "r� N n � C go N T 0 N � w � � o a � d w� t7l CY n b y N W p o w A A ��f _ T a �o f� c c r w � FW o P C p F moi. sib c ro ro ro a K �: m P O' N sti p� 43 lb w O P o ti � K o-i x ISI y m o /V G ® � H H o H by O m i h E o m 0 co CD m w fl. O 3 m � v a. R K K O ry OG 13 � A [� N' lu N f9 co o o w W a w ro m On ol yr Q M N CL W W W W W y ,D � m � rY ro ►!'� rt 0 N 0 � rt ro 6a to 0 O `dia C uv 59 A y C� � � V z (Dtv S ID _ w too fa r {� 0 En =0 � y ry rt {Y ro CL 2: d w C m m aaa P. �i N ro d (�i M N �p Q. O �D p A A A A 00 z r�pp o pp m ,Y .moi i A '7 M O Vi Y m ry N a, � RIO y Y. tj Ul w F+ is uta a aha afro c n w R G; CD n `w o �, w iv0 e w m w o n c a a a d s O w n z N 75CA ' � w y cn 7Rc' mw w n c a w 5- m N M 09 CL o O C m K M a D �v N O �D b � Nti 0 b G N b.- .1W R7 N 0 0 o r 0 Y a ƒ � 0 \ \ } ƒ \ � § � rp CD 06 . ¥ { | § TD . � ) � a } ( § \ ° } ; Qn \ k § ■ ■ 2 � A m 2 A q g � L 2 � R, y g 2 m / [ [ E lei■ s / _ » m § � � $ � f N ■ > > CD > » ƒ ID ne2e2 C _ § r % | � k \ / § j T � �0 n � � w m n o Rik s 1 n S Q lu0 m Lnti CY m r+ A) m D C m rL 4 L rP cn � w l 1 rD pp H ti b I'P w CD � a y N pyx C an �i Ln Its su cY rn TQTQ `C ar CD m R. 0 0 m b a m � Lh H a N 00 r M / ~ CD rL + \ m � ( { E o \ i { ij � - - a - / ( � E \ § & � � , rk ] m $ y ■ I § 2 � 2 \ ; � 2 \ \ \ kms [ § ) CD k � 2 § E 7 E K ® r-L e ® � cc , § J \ ƒ e ( ( k | �. � z 4 � � da� w 'P CL at Y CD b CL m -t C n C �I m Ln *a a m K ro a ro Al H D C ro 0 F CD py arb y co PP N 1�P fk] n N LF CD w rr ro a CL as �e C CD m C _ m _ a a K 0 m [ r - A. mm K A a 0 0 0 N O 00 w A 0 G v, m O on C O I CL wCD 0 r a o p a � w 5f CD ti :3' F= [Y fP W O C P a 0 K c ID fi pr mH F� o w tv y �o a v cu P C H ro H N ry r a; H n N � O N y N �* n a � m A. 7 0q `C f0 O •7 O N 'a b N N � N N 0 \ � � � � = j � ? ? / i ■ § / / rp . / , , CD K E � } n ( 7 ■ @ � / b � � ■ 7 ■ % , o % Oil ; 2 ` oil o 2 I q 2 o ■ 7 § k k . d [ t § E § § z z R z ® E CD J p r i k z � ( / � �r \CL / K 7 \ ` § / § � ( n � / / Q § � E e § rb i E [ PRsu kj / § q � § ƒ _ n / \ § ID > � O � , E 2 � m � \ 0 V IV IV / E E z 2 2 ƒ m [ § / Q � § « 7 m E > > » S k w � � EkE �] D a � y m ,y W 7 nr w w a w w n VS r .�. CD On� s CDw a � yy _roe, yy � 1}4 IJi [phi o t"o Q .T n � oro 31 b r CD ro cr (�A y Y � w Q µr m til � � O C tD a 0 z e m � qac, a Grr1 " bo o cr c o � ro cr m n Q. a rr w W d d a 0 J ? A A G � C h A O � N p N N � f] � T � O h 3 m R a � w AN w C m n ca CL 'F' ro O R CL ro CD 13 ED 1� ro R G N H O C ro O •s C C1 .c ro � o � cif j Ml rD tv �• co m ro d M b cr. m ;A rn G. a m k y y y y A A A A O oa o0 00 oa N`l .� D fD {� CI m VS A Q CD 0 00 p+ 1D 2 7 CL y • § ( C 06 e E � R % _ _ Ut \ \ ] [ ■ 7 Ut - E § § � & � \ & / i W r4 E k � & } � � � r Cl IN/ } > w � , / } 7 E \ . \ / ( - 7 \ ° \ t 7 k E 2 $ ) ) / k \ � \ _ ) 10 J M $ # � $ ( ( ) z pp � � b rn vOi N a w oa k C 7 L+ e-h H wi N W w W W W W W W W W W W a CD w w Cil w w w w w w w w w w w w w Y m C0 N N N N N N N O O 0 0 0 0 0 0 0 0 0 0 0 0 0 ,t C v r G �' iP- ;} 'o q c� `d q q q �o v •o o q •rr o o q � h $ C C o C C C C C C C C C C C C C m co w n W w W W w a w on ui ui & w v rn cn v rn n v rn v m v ro "O n P ro n ro ro ro m n n n n � C�'r. 'rrJ, b ro Tl b b '9 b b b b b b W N n n C] ti9 o Ul n n n n n n n . m . A CD � k � A 'Y .'p1Y C �P P3. -s IOD 0 e m P. a H ti I t_1 b C7 b d T � O � m CD R c c R CCl �J o c g m id 12 d y o rb ell, � n a N revLO Ln rn LI ro d C R^ R. w A. ID � � ID w d rn a rn o a w w W -1 p w n o b � c. m fA �y 0 Q A A A A A � �_ A P lA A N N cA 90 00 = 00 N N ID / � _ m � / � \ � � � $ \CD § CD 61 e 61 CD / H ts � CD 93 ° � r J [ w § § > / \ $ k ~ k ° 3 k r i k 00 _ ® § q � \ � \ � \ ( ( k ( § § � \ � [ ID k .E . / I m pr K k m oil OT § P-j o pq 2 g 04 g E m m CD E § § � § & k � \ ƒ � } 71 ) r PC m 7 c / $ � § ( k E o - - 3N N a a o do o z z oc' o o LO � w � Pt K Q. - — - R-_ —_- (D 9 N N N N N C r n r i ,h� ro ro ro ro ro n A h A It d � �n ro ro ro 23 Owl rt � m N w H O C m O 0 � y tv 0 to a 0 a CD ro n c a CDw C a H 0 - a m w H R dr b A O N OD 90 N O O Aw S S iaJ O � ado ago N a Q C G b W b d N O O a a O O O pp W W w N N � ry d w w w w w w w w w w CD d W W W w w w w w W W W W !D O N N N N •+ � �4 "Y C r A A n ro ro ro � �-3 H H H H A A A rs w m w w VQ 14Ln TA CA La CL m� 6' m w v 0 e m O H G N tv CD y y P � � � O D � O p R � A R N �=5 �-S �-i �' � Y ��r,' tpF N •i �y �v m c o n n a � � � o Cyd O w Ci A A d p d .,Ni A a o o c z G0 z rn rn tv z m tp W4 rA xW A rn O� O. rn D c cn H m in r�.i p o C v [] v H H O 2 fin pmp., -M x z w ol 42 ol 7, � a m x � w 9 a 9 rn a a a ay a a a a a �a a s - n A A A A a. to O O O O O ry W W W W N VJ N V] N V1 O O O 4 O .y .iy til I O rn � rn 13III tD � IIS � C' �"' ICY' i A mesas � sH .. gin n `� C N G N ro ro N " z � T � � O � w m ,Y H s � p O n a p_ A C G m ti d y. n � { T r ro h h n1 F+ ro H 0 C m a. 0 7 CD T/ ro � � q _ l 1 � S = a = ® '� " C X y K s sCD P !R� a N w ro _ N Vl y CD w cr a m a ro �s m -s' ro a . o z w 0 m � Rs w ro rt N iy 0 10 N O 04 H im z � \ � � q �. § m § m � § 10 nn n2 r ■ / � ( ƒ ƒ � I � � 2 E k IA/ 2 i ( & f q ■ \ \ « / 7 § § r h E ) f W \ § , § , k > 2 } ) E # ± n § & \ \ } j § § > \ 2 S � \ - M � � � T � t7' to 0�-0 r� 7 d rn Li 'F R 4 1 m ~ CL4T Ln .rt N s- •- o-- •- •-1 •- •- •- •- m Y ,D W G1 G7 tri W W w W W W W W CD ,D CD C N a 0 e rn � � � y x ° w t prf B C = 10 tv cs fD yam ® H CD O O N vj p5 O ° C C O o a w C CD a a > a 9 a a a a a a � r, n n pp �r �i �inn U U U U U U U U U U U Q 0 0 0 O 0 0 0 0 0 0 0 ry N N N N N N N N N N N H �0 R fD �M �• m H A Q N N O 00 N 2 � m ( ) A � CL CL 2 / ■ ( E & E ■ E 7 k E � p � � _ \ % A m 2 2 4 th � K § a � & \ % R E } m , < \ l R / . E ) 2 § E IQ � § / CD / \ k ( / 2 zs it r e § » k gom - § � ( .� § § § | B � � § § / � E R ` & § m g 77 / � a E m @ f * \ ® m 3 ro § � o � 2 J / N § § § \ \ i orq\ B ) � 2 2 2 2 § ) $ / , J p r $ � Z � W W W r+ �-+ W O W 0O1Q 0010 N N �+ 1O1n 1O1n N aO0 � :y O e e m � o rn � o � � � w p�p A A rn • w a 00 oa o0 0o a+ a+ rn 4 � ? A N N A � ado A m N d � a O M m w w w w w w w [r w C° D J A J J J J A J J J J J J '•� C ~ r � � r CD N fi fD If ' H o w d ju m o e a � � K rn m y "tl 'U � g^o w � c fD o d N Ir rzy Vr_ ys �y � � � adv � r�'• � �' m � � y EA 'G o o R v l AVi b S^ n A 7�1 Gid 'n•' CD w a a a a 9aa � � 9 aci a a W W a R° o 0 0 0 r w W W n W W o - � m � m a 0 0 N - - W F•� m r+G�- �, 7 vt N � rt � H C ry IJ N N N N N N N N N N d � O � O� Oi 6i Oi O� O. O\ Ot C r n ro k CL P. n n nCL CL CL m m m _ w _ m m an, rmo cmo m a m m m < C C m C C C C C C C C C C C C C C C C C C C n a n n n n n n n n ro m n ry m m g .r a C � a ' � o e m a �] H A � o H go G m cr N J P. a VNi fC A C v 6 a ti y > 9 a > a a a s a a a v a v a � �� � � aaaaaa aaaaaa a � n n n n n n n n n nnnn n 99 CD N U ut U l:ll OV to In In In �D In V� lIi In V� 'Y O y A i CG N w. W µ N z b CQ oa -Q1 w � a m � iYi rt R � R m a w I� [b C.r1 lid C�9 � N � ro� x w CL CA n n C rn m CD c ro C +4 R Iv � w ff n ro CL ro COD p. Q R C C � �? a i fb y o C ro m t ID � � D � ro C ro a m ro aaaaaa _ a a a a a a m nnnnr� n � g g N O ro H A I Q I � N s 4 un W ? o a A W W 2 \ C, ° m � m m m 4 ' ) \ � � _ � ƒ a / § ~ � U / § § § § E \ W ■ / s E k c § & & / X* § ( f CDC 7 CD \ ( CD � k� O§ � � E § ( WD �n to . k cn « q � � 2 7 § / - : | [ m ( ( � . � | I ) ) ) m 2 r 7 , ( E E E T z w p' m � o �s r" m n. m � w �• FJ N C RL I � t C w n 0 c m IL 0 e ID ry Q 1p ED ® � z 0 tv 5yx i y rj' tll fG D IE !3. LY �ry � - ro O V1 O fP 'B 'd 1 tD 19 y A 0. b ul w O 00 W