Loading...
HomeMy WebLinkAboutContract 52345 City Secretary Consttuction CD rr fCy 1 PTOiect Tanager CC] r - MY SECRETARY CONTRACT NO.�5234 5 CONTRACT FOR THE CONSTRUCTION OF 2018 CIP Concrete Restoration Contract 3 Martin Street(Toard Street to Shackleford Street) Alta.Mesa Boulevard(Whitman Avenue to Hulen Street) City Project No. 101587 Betsy Price David Cooke Mayor City Manager Stephen Cooke Acting Director,Transportation and Public Works Department Prepared for The City of Fort North Transportation and Public Works 2019 - e u � � g69•Q..�ey.oaey.�y�e ,G1°se aereae C V,P e eee ee GCC`[S�CCt � �t OFFICIAL RECORD CITY SECRETARY FT. WORTH,`fit City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 00 05 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 003 i is EngineefP et Sehean'e 0032 15 Construction Project Schedule 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequaiifications 00 45 12 Prequalification Statement , 1A A—D- 0046 ,. 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45-44 OSL�r ,l B4.aI[[ess v Fat i�riis vow' A Business 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01-General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Proj cot Meetings 01 3233 Preconstruction Video 013300 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 7719 Closeout Requirements 01 78 23 Operation and Maintenance Data CITY OF FORT WORTH 2O18 C1P Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Reviscd February 2,2016 00 00 00_2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Pago2of3 01 7839 Proj cot Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31-Earthwork 3123 16 Unclassified Excavation Division 32-Exterior Improvements 32 1123 Flexible Base Courses 32 13 73 Concrete Paving Joint Sealants Division 99—Special Technical Specifications Geogrid Tensar TriAX140-475 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: ht sal roiect oint.buzzsaw.conVelient/forhvorth ov/Resources/02%20- %20Construction%2ODocuments/Specifications Division 02 Existing Conditions 02 41 13 Selective Site Demolition 02 41 15 Paving Removal Division 31--Earthwork 31 25 00 Erosion said Sediment Control Division 32-Exterior Improvements 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 3291 19 Topsoil Placement and'Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding,and Sodding Division 33-Utilities 3305 10 Utility Trench Excavation,Embedment,and Backfill 33 05 14 Adjusting Manholes,Inlets,Valve Boxes, and Other Structures to Grade Division 34-Transportation 3471 13 Traffic Control Appendix GC-6.06_D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GN-1.00 General Notes SD-1.00 Scope Exhibits DT-1.00 Standard Details PQ-1.00 Project Quantities CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101567 Revised February 2,2016 l.&C, Review 'age l of fffld.,i site�r 11w,-clt. or fort WwLk Teml FORTIVORTH COUNCIL ACTION: Approved on 5f712019 REFERENCE 0�018 CIP CONCRETE DATE: 5171 019 NO.: -291 f4 LO G NAME: RE S TORATIOIN CONTRACT 3 CODE; O TYPE: NON- PUBL[C NO CONSENT HEARING- SUBJECT. Authorize Execution of a Constructlon Contracl with Omega Contracting, Inc.. in the Arno unt of S 1.574,31 .85 for 20-18 OIP Concrete Restoration - ConIraet 3 for the Concrete Street Restoration of Approximately 3.23 Larne Miles on Martin Street and AItamesa Bou*vard (2018 Band Prograrr7) (COUNCIL DISTRICTS 6 and $) RECOMMENDATION: It is recommended that the City 0ouridl authorize the execution of a construction contract with Omega Contractfng, Inc., In the amount of 1,574,312.85 for 2018 CIP Concrete Restoralfon - ConiT-act 3 for the concrete street restorations on Martin Strait and Altamesa Boulevard (City Project Iva- 101587). DISCUSSION. This contract Is part of the 2018 florid Program which provides for the reliabilItotion of doteriorate d CORMte streets throughout the City. The recommended construction contract, outlined In this Mayor and Council Gornmunlc€Lion (M& ), wall provide concrete restoratlon on two (2) street segments as follows: 2018 CIP CONCRETE RESTORATION CONTRACT a Mock Pro ect Name Limits Street Limits Pracaduro atyJBY CD Mapsco Martin Street 33DO-3%a Foard Sifeot-S!@ddqford SveeL OR 10.063 8 92C Aslamssa BOuI$uard 4701-5�)98 S Hu:Bn Shrift - Whilmla Avorup CR 5,560 t� IMA - TOTAL tS.64.3 Funds for this project are Included iii the 2018 Bond Program Available resources vdithin the General Fund wII1 be used to provide Int&lm financing until debt is Issued. Once debt associated with the project Is sold, band proceeds wlll relniburse the General Fund in accordonce wlth the staternOnt expressing OMC:IaI Intent to Reimburse that was adopted as part of the ordinance canvas!sIng the bond election (Ordinance No. 23209-05-2018) onstruution on lhls contract Is expected to begin around September 2019 for anticlpaled completion by August 2020. The My reserves the right to Increase or decrease quantities of individual pay items within the contract, provided that the total cuntfael amount rematrta within plus or minus 25 percent Of tha contract award. This contract was advertised for bid on January 31, 2019 and February 7. 2019 in the Fort Worth Star-i eiegrarr`, 0n February 28, 2019. the fuflowing bids were received_ Bidders Amours Omega ContracUng, Inc. $1,674p31186 Arreguin Group, Inc- $1,600,207.10 hap:llapps,cf nc1.orglcouncil_patkethi u—revic vv.asp?ID=269 3&caunciIdiite=51712019 5M/2.019 C Review Page 2 of 2 The Faln Group $1,983A22Z9 FNH Construction, LLD $2,016,245.5 MNVBE Moe-. Ornega Goritracting, Inc,, Is 1n compliance with the City's 13DE 0rdinanoe by aornmft ng to 16% WE participation on this project, The City's MOE goal on this project is 9%. Additionally, Omega Contracting, lnc_. is a o�rtifled MIWBE firm. There projects are focated in COUNCIL DISTRICTS 6 and 8. FISCAL INFORIIATIONfCERTIFI ATION: The Director of Finance certifies that funds are available in the current 2018 Bond Program Fund, as prevIouslyr appropriated. Prior to an expenditure being incurred, the pai tJclpatkng department has the responslblIItyf to validate the avafla bill 1ty of funds. TD[Ruhr.. bepartm_ _ent Account Project Program f Activity I Sudgat Raferance4 Ammmt ID ID I Year . LGnartflald. 21 FROM Fund i Department Account Project Program Activity Budge# Fteferarwce#F Arrlo�tra# I 11) ID f I Year I (Chartfleld 2) ubmItted for trity Manager's Office bv: Swsan AIanis (8180) 0riginating Department Head: Steve Cooke (5134) AddItlonal Informa#Ion Contact: dreg Robb4is (23 3) ATTACHMENTS Form 1295 Ornena CR 3 2019-46:1982 Redacted.prtf Map Concrete Res.Contract ;pdf littp:llapps,c'l et.orglcouncil_packeilmc_re-+!a ,esp?iD-26 3 ,councildate=51712019 5f8/20-19 i CITY OF FORT WORTH,TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT BID OPENING DATE: FEBRUARY 28th, 2019 ADDENDUM NO.1 To the Specifications and Contract Documents For 2018 CIP CONCRETE RESTORATION CONTRACT 3 Martin Street(Foard Street to Schackleford Street) Altarnesa Boulevard (Whitman Avenue to Hulen Street) City Project No. 101687 This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Binder shall.acknowledge receipt of this addendum in the space:provided below and.acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for 2013 CIP Concrete Restoration Contract 3 are hereby revised by Addendum No. 1 as follows: i-Specification Section 0011 13, Invitation to Bidders is replaced by the attached Section 00 11 13., Invitation to Bidders, Addendum 1. This changes the Pre-Bid Meeting from Thursday, February 14, 2019 at 9:00AM to Monday, February 18,2019 at 9:00AM_ This Addendum No. t forms part of the Specifications.&Contract Documents for the above referenced project and modifies the original'Project Manual&Contract Documents o€the satn.e. Acknowledge your receipt of Addendum No.1bycompleting the requested information atthe following locations: (1) In the space provided in Section 00 4100,Bid Form, Page 3 of 3 (2) indicate in upper case letter on the outside of your sealed bid envelope: „RECEIVED&ACKNC1T11 LEDGE ADDENDUM.NO.1" Include a signed copy of Addendum No.1 in the sealed bid envelope at the time of bid submittal,failure to acknowledge receipt of Addendum No. 1 below could cause:the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Transportation and Public Works Department BY � By. Company: _ Lane Zarate, PE C>V �i�+T. S � "fit`• Engineering Manager 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS,ADDENDUM I i f 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of 2018 CIP Concrete Restoration Contract 3 will be received by 6 the City of.Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street I I Fort Worth,Texas 76102 12 until 1.30 P.M. CST,Thursday, February 28,2019, 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 I6 The major work will consist of the(approximate)following: 5,580 SYconerete removal and arp to 17 8"HES concrete pavement replacement, 10,063 SY concrete removal aird arp to 8"non-HES 18 concrete pavement replacement, 3,911 SYgeogrid stabilization, 1,304 CYflex base, and 300 EA 19 raised pavement markers. 20 21 PREQUALIFICATION 22 The improvements included in this project must be performed by a contractor who is pre- 23 qualified by the City at the time of bid opening.The procedures for qualification and pre- 24 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 25 26 DOCUMENT EXAMINATION AND PROCUREMENTS 27 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 28 of Fort Worth's Purchasing Division website at http://www.foi-twoi-tlitexas.RovL/ptirel-iasing(and 29 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 30 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 31 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 32 Parties Form 1295 and the form must be submitted to the Project Manager before the 33 contract will be presented to the City Council. The form can be obtained at 34 littps://www.ethics.state.tx.us/tec/1295-Info.htm . 35 36 Copies of the Bidding and Contract Documents may be purchased from: NIA—Documents may 37 be doivnloadedfrom Buzzscai,at the following link• 38 39 htt s:11 ro'ect oint buzzsm,.coml ortivorth ovlAdverlisedl101587%Z0- 40 %202018°o20CIPYoo20Concreteoo20Restor-atrota%20-%20Coratr•act%203?,oiiblic 41 42 43 The cost of Bidding and Contract Documents is: 44 Set of Bidding and Contract Documents with fiill size drawings: N/A 45 Set of Bidding and Contract Documents with half size(if available) drawings: NIA 46 47 48 PREBID CONFERENCE CITY OF FORT WORTH 2018 CIP Concrete Reslorarion Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 22,2016 fife 11 13 .2 IN rA"rirfN TO FEiA)CRS PngrI uf2 I A pre. ld vat iti�redice mmy liv. lield ms dw-nribud I SEetioJ1 YC 21 11 - INSTRUCT TONS T 2 BIDDERS rit the foIlaWing fCCH6orl,Ilhlt;RI1d dike., 3 DATE: AfoudcW, Feb?.,way 18, 2619 4 TIME: P.•OOAU 5 PLACE: 'li'1lr rorla lciri Or&Pd hk-l orks. ap rr lr110"i0, 200.7lu:,em soff r. r 'art Wo)-th, 1 exveo,T6104? 8 a� 10 CITY' RICTTJT'TO ACCTRPPT OR R-EL J-El CT i LDS Cily lrzerwes the right to waivsa in-cg11 Ill ri1.ieq a t A t_o ace t pt ter rejer't Ncls. 12.. l+l Aiiy cbnNTw. ;l awV irdod 4uldci1 (l)is INVITATION TO BIDDERS 4 expcOed to bri filIIdod fj•om 15 icvenuvs gouivated lium hrnehrand dedicated by resoludon to the irk under thFs INVITATION 16 TO B1 J: DE M 17 19 MQUE RII;S it All ingil irim reJa[ive it)this procurement Shull Id lie ikddm oil t.sa 111c jUliming: 20 Attn: GregAullbrrls, PE. ['ity 0 f Poll Wolth ?J J:Inail; gr°agal)r,lvtbbijaxc tbt-t[a,rpx-?t?tC-TR.s.gol+ 22 Ilzone: 81 Z 92. .33J 23 > 24 25 Al)VERTISE14'illNT VATS 26 Jamfc+l)'31, 2019 27 Pchx•uetfy J, 2019 2l3 26-9 END OF SECTION Lfi'9`�)F F'�1�T 1V[llif I� 2��8 EfP G'ai�c,;���s1�h�iNY+1XArr. 1�aGe1 3 STANL7jV(DCC)NNTR.l]LTION.SPECIPIC:A110N00r1J7VENTS Rrvbc!J limenl6r 22,M6 CITY OF FORT WORTH;TEXAS TRANSPORTATION AND PUBLIC WORKS DEPARTMENT BID OPENING DATE: FEBRUARY 28th, 2019 ADDENDUM N4..2 To the Specifications-and Contract Documents For 2018 CIP CONCRETE RESTORATION CONTRACT 3 Martin Street(Foard Street to Schacklefbrd Street) i Altatnesa Boufevard (Whitman.Avenue to Hulen Street) City Project No. 101587 This addendum forms a part of the Specifications and Contract Documents for the above referenced Project and modifies the.o.riginal Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge.receipt of this addendum could subject the bidder to disqualification: The specifications and contract documents for 2018 CIP Concrete. Restoration Contract 3 are hereby revised by Addendum No. 1 as follows: 1-Specification 0:0 00 00,Table of Contents.is replaced by the attached.Specification 00 00 00,Table of C Gontents,Addendum 2. This change updates Buzzsaw links to the standard specifications and updates the i specifications included in the bid book: 2-Specification 00 2113, Instructions to Bidders is replaced by the attached Specification oQ 2113, I - _ Instructions-to Bidders,Addendum 2.-This change updates the Buzzsaw link to the prequalification p documents for Roadway and Pedestrian Lighting. r 3.Specification Section 00 42.43, Proposal Form is replaced by the attached Specification 00 42 43, - -----Proposal-Form;,Addendum-2-.This change-includes the new Bid-ltem l5;3217.0002 4'SLD Pvmt Marking—­_ --� HAS(Y). This Item,is intended to be used only on Martin Street where a full.replacem.ent of all concrete pavement is planned_ Bidder is reminded of their responsibility for the accuracy of all dollar amounts shown on the proposal form. f 4-Specification Section 00 41 00, Bid Form is replaced by the attached Specification 00 44 00, Bid Form, Addendum.2. This:change adds a place.in Section 6 to Write in the total bid ramount. This text was accidently deleted from the previous version. 5-Specification 00 52 43,Agreement is replaced by the attached Specification 00 52 43,Agreement, Addendum 2. This update only changes the title of Steve Cooke to interim Director. ' 6-Specification 0013 00, Supplementary Conditions is replace by the attached Specification 00 73 00, Supplementary Gonditions,Addendum 2. This change removes the warding in Section SC-8.01 "Communications to Contractor"and moves the information to the appropriate location in the bid book. 7-Specification 01 74 23,Cleaning is replaced by the attached Specification 01 74 23;Cleaning,Addendum 2. This change adds additional information in Section 1A.B,1. 8-Specification 02 41 16, Paving Removal is replaced by the attached Specification 02 41 15,Paving Removal, Addendum 2. This changes adds addition in€orrriation'in Section 1.1.8.1. 9-Specification 32 91 19,Topsoil Placement and Finishing of Parkways is replaced by the attached Specification 32 91 19,Topsoil Placement and Finishing of Parkways,Addendum 2:.This change adds additional information In Section 1 a J3A. I0-Attachment 1A, MBE SubcontractorslSupp[iers Utilization Form is replaced with the attached Attachment 1A, MBE SubcontractorslSuppliers Utilization Form.,Addendum 2. This change corrects the contract number listed in the"Project Name"box.. X 1-Additional specification clarifications for bidders: Bid Item 12:3218.0700 Joint Sealant is:only for cour#esyldummy joints on concrete panels adjacent to those replaced as needed. Joint.Sealant for replaced panels is considered subsidiary to the panel replacement cost. • Bid Item 34: 9999.0000 Dummy Joint Sawcut covers the cost of the sawcut only 0 The"Level of Replacement"indicated in the exhibits is an internal.indication of the pavers current level of degradation.All levels are scheduled for replacement. . Reinforcing bars will be to the City's minimum-,standard of#3 bars at 1 a"spacing, unless greater reinforcement is found up on demolition of existing panels. In that case,reinforcing will match existing: . Panel length will match existing and/or adjacent panels unless specifically instructed by the Project Manager. . For the concrete replacement on Martin Street,the City recommends a shutdown of one.lane for one block at a time during the day, during which two way traffic will be allowed in the opposite lane. During non-working hours or non-working days,single-direction traffic with detours will be provided if if.is determined that twa-direction traffic cannot selfi regulate.A stamped traffic control plan will still need to be submitted with the permit application. The engineer's estimate for approximate construction cosh is$:1,,700,000 This.Addendum No. 2 forms part of the Specifications &Contract Documents for the above referenced project and modifiest'he original Project Manual&Contract Documents ofthe:same. Acknowledge your receipt ofAdden:dum No.1 by.completing the requested information at the following.locations: (1) In the space provided in Section 00 Ali 00,Bid Form, Page 3 of 3 (2) Indicate in upper case letter or!the outside of your sealed bid envelope: j "RECEIVED&ACKNOWLEbG1;ADDENDUM NO 2" Include a signed copy ofAddendurn.No.2 in the.s.ealed bid envelope at'the time of bid.submittal,failure to acknowledge receipt of Addendum No. 2 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. ___._REC.EIPTACKNOWLED.GED -.--.._._.T - -Transportation-and PublIG Works Department BY: By: „ r. Company: �;I Greg Robbins,'PE 6 "�^ Project Manager .,r�ti11►� ,0 . /:GREGO AW t ;•jCEt ;';�' 1 l�j �� FORTWORTH. City of Fort Worth Standard Con tru tion Specification Documents meats Adapted Suptnniber2013 WNJnl-1 "ANDAM C{5NMUG'JION SPECIFICATION aQC:1)MF.N7N iNgu I Of 3 SECTION 00 00 00 TABLE OF COM'I'E'NT division fill - Givueral Condifluns 00 05 1(1 Mayor and Council C:anim nicRtiov 00 05 15 Addenda 00 It 13 lnviutix�to Dicldeo 00 2 s 1 13 instructiulls €o Diddpr go3 7 +y]� 00 32 15 Con struttlon Project Scheduto 0035 13 Conflict ofInlosti Affidavit 0041 00 Did Pbrm b#42 43 Propos I Fonm Unit Price 00 43 13 Bid Bond 0043 37- Vendor Compliance to Wte Law Ngnr idont Bidelor 00 45 11 Bidders Prequaltfscations 00 45 12 Pmqualification Statement 00 45 13 Diddor Pre€lualifintinn Application 00 45 26 Coutractnr Compliance with Workers'Compensatirul Law 00 45 40 Miaority BusinoSS FI7te rise Goal no 00524.1 Akyr=rnunt 0061 13 ParfonTimuic Bond 0061 14 Paymeal Bond 0061 19 Maintenanue Bond 00 61 25 Certif cntu-oi'insuranco 00 72 00 Genurat C'nnditimis 00 73 4Q upph_-av lltm y Conditions D1visinn 41-Gemo mI 12eq 6vvubenb.i 41 11 00 Surnmary of Work Q1 25 00 Substitution PracQdures 01 11 19 Pa Wo[Iatru cu Meeting 01 3120 Prajmct 141ee#in €11 31233 Preconatructian Y1dea 01 3.300 Submittals 0135 U $pea41I pi-xtjecl Prottdures 01 4523 Testing and Inspection Services 01 5000 Tumparaly Facilities and controls 01 5526 Street Llse Permit xncl Modiftc atinus to Traffic Control 01 57 L3 Stojim Water Pollution Prevention Plan €11 58 1:3 Temparmy Project Signag;; 01 6000 Plwmt RqWjk ements 01 66 0. Pi duct Storage and Handling Requiramoi is 01 7000 Mobill2ation and Roma abiliztion 01 71 D Conatruction Stnkkng find StiTyuy 01 7423 Cleaiung 01 77 19 Closeaut RequimmvnLs 61 7821 Operati'm nrid MainteranceData CITY QF FORT WQRTH 201.6 C'IP fcwor me Jtaslwmimp C'a:wrva J STANDARD CONSTRUCTJON SPECIFICATION DMUMAK7S 21ii-187 RcviaGd Vcbmary.2,M16 - +TAKDAR0i:CJt,IS'nRUCI'IUII'WIE I FICATION DMANTINTN 01 7839 PW.ject Recxrrcl Doculwirs Tielsidenl 5p::.eifrcations which have been jnoti fied by thin Engineer specincally ful'M1s 1}ro,ject; 11al-1 Copies nre inelude[i ill (lLe Prgjea(ts CQUIrue# Dcaumtnts Division 02— ExMirsg Cojfditinn.4 0241 15 Paving Ronjnval Division 31 -Earthwork 31 23 16 Unrlassi Fied.ExcriviiIicP) Division 32- Iixte)iar Improvenjen(s 32 11 23 Flexible 13t�se i.:otmges 32 13 73 coisuo ee Nving Jog'nt N;�lsntt 329.1 19 'Topsail I'laavms tit and Flnishing of P rlrwos. diVISI L 99—5periRl Teejlnieal .Spe::i110r 1WWI Gcogrid Tsnsur TriAX 1 di 47-5 Teelrnical-Spec ifirationls Iisted below are Included for this Project by reference a nd C-un be viewed/downloaded frorn the C:ity's Buz7sa3v site at: 13tt#s:Jlprotecxlsuint.l_irMaw.comlciter:fl�'�rCwart�t� jr� Division 02- 114visting Canditinus 02 �1 13 Selective Site Demolition ivkh)n 31 -Darthwa?IL 3.1 25 00 EErosign anti Sedimtnt Cnatrol Division 3Z-Exterior lmproyealeots 32 13 13 conefete Paving 32 1320 Concrete Sjdewalkc . Driv6w4ys and Rat-Hee Free.Ramps 32 16 13 Cocicitte Curl}mid Gi iftem liud Valley 04ttej's 12 17 23 Pavement Markings 32 1725 Curb Addross Painting 1292 13 F-lydra-IVla Ir.11ing, 45e ling,aad Sod dhig Divi&jon 33-UtiliGes- 11.3 0S 10 Utility Trench 1?xomfinji;Emhedtnent, tmd Sackfil) 3305 14 Adjusting MiaiAiole%In18ts, Valve Boxes, and GthCr Stfuoture~s to Crade Dir,Won 34 -`l'rawgportation 3471 13 Tiuffic Control Appendix GC- ,06.D MInoMy and Women Owned lir:sinoss F,nterprise Cernpiisnoo GiC-6.07 Wd Igo Rats GN-1.00 GNjj oat Notes SI-1,00 cnpo Exhibits DT-1.00 Sfundsrd Details CITY OF FORT WQJRTH �019 CYO{:�,�ere1P ffgaroYxdlp r.f��klQm� �,TANDAMr-ONgTRUCTI 4PFC3F;L'AlnfIN LOCLIMENTli #t11S8t Xv/Il edTdktbruary2,4016 ba00w-3 #rfANDARJ){ONFMIIC 0Nr 8kRCIFICATEDN DE7CVW� t M PW I af3 1?Q.-.l.00 Project Quantifies ", W OF SF-C. i CRY G}F FORT WORTH 20M CIP Cmwiew Y.-om-mop Cmoyugd 3 ,ITANDARD GONSCRUC-no !S�?RnACATION DOCUMENTS J013$7 RAvioed February 2,21316 OQ;�413- I IMi I'ILiMA IOMS 1T}BIDDERS NP i of 9 I SEC U.c>N 00 21 a.3 7- TMTRUCTIONS TO BIDDERS 3 1, DeBued !aims 4 5 1.I.TeiTns used m thcesa INSTRUCTIONS TO BIDDERS, wllizll NFB do fined in Sectinll 00 72 6 00- GENERAL CONDITIONS 7 S 1.2.Ceivain 24dittual unulsused in these INSTRUC`iTONS,r0 BIDDERS Ilrlvc tho 9 ;nunitlg,5 indl.cated below whin11 Fu"c Lipp icit Ili to bath the 9ing4LIal'sled p111M tliefu6f. I it C 1 1.2.1. BWee, Any pusou, firm. paTfnQim1iip, QvmpEmy,association, car c orpuration acLing 12 dir #ly t[l'vElgh a dilly authckri're4I rup» Ittative,submitting a.bid t.i,performing I the.work conterupltlted c ads.r the CculWact Daiammats. 14 15 1.2.2. Nonresilian# Bidder; Any purscmn flrai. psrinbrship. company, association, oi' 16 ,:orporaLion Ilctiug d ireUly Ihrough a duly authwize l I'epr SeMative, SiibmitHng a 17 bid rnr porfcrrming tfiv wm k con tert p14tud uadar the.Contract Docurneab;O.hckse 18 Principal place+af b►Isitle ur iS nol in tht &&te of Texas. 19 .20 1. . . 5ucc essi'ul idclor: Tba lowest respolisible and responsive Biddfi r 141 wilorm City 21 (on the bEigis ofCiV,,ova luation as herainat?er providM) makes lin awa.l'd. 22 .23 2. Cnpiesof Rid dingIMeuments 24 5 2,1.Neither City nor Enginuer shall nsvuma my reslaonsibilily for arras or misinterprelfiIions, 25 resulting frow tLie 15iddua-s Li se of inwinpl0c Sc[S ofBidding DooumUTIts. 7 29 2.2.City and Engineer-in ti al ing capicss 6rBidding Dactpments availa#ie do w oraly for the 29 purpose of pbtttl i4%Bids fbi-the'Work and do not tiiiIhori4cr oi`cot f r a Iieons.e or grant 3Q fc,'arry-ahor uss. 31 32 3. FregnsiiGLMiou nr'6idde" (PH me.CouivactGes and Subcentractovg) 313 34 3.1 ,All Biildcrs god their su bcon trac Ivrs nre i` quiet!d to be pitclnaliffed for the work [yeas 35 reglIiViIl?, PrOgllalifiGatiOR Eft il_tc Iirno of bidding. 13ic1s i-cut ived f1-Q111 WrltractOM w110 al-C 36 tit)I prcqualified (every if inndvepluiifly gpencd)s11s11 not be cnnsidei'erl. Presi Lid ificmotion 37 rucl»irement work types and docu men I ation al-0" foe tows'. 3S 39 1.1,1_ PEkviug—Regt[im mants document locat-d aft; 40 -ID2 .20- 41 2,20C omti'uain��`A20Dc�ournen(gLContcn_ctor°Io2UPregrlaliti atloQJTI'1r1 o2rlF'syin 42' 'fTU ntra6tue 2QF'ggnst aIiIic-- % OPro ram/PREQUALlF'ICATIQN%2ORE 43 UfR1-4b1Tl 'MVa 0EQj, 20PA .2000NTRA TOWS.i'1)F7CU1� is 44 45 3.1.2. Roadway amf Pt:d.Bstrian Lighting—RugoirumenL4 clactunenI 10.0ated at. ECG 1tWE&LOLctpdiu,hUU�OEfw.unrrl�fOrlwol'ffi oy/Rejgpr g ?°,20 47 %20QkrjlstE'clutkirk%20 VficlllCoWl'f W1/*?,0R+>Iadv#, p �18 �]Pecl��tribn°' 01.i 11Li�70]'i� ' is ifl� �2♦7i'r��nr ICovccr°'b30d�ctter°�6203I�°�fl24 4 r aficnkiod 717�11i 50 Ci'1'r oil f OR?WOit.Tli xr+f C IP('*q0 OW12 90.Rlwso-ir=VwFor'm 3 4TAM13ARD uNSTRL3C'i'ON SPEC.FFICATION Mr-1-1 MWI'S )6sv 'RdD ri%d Auw,atlJ,2015 0027 13-2 rf S7RUCIIONS'C01fi17DER.$ flage.2 of 9 1 3,1.3. WIIt.ex iuici &Ig'Liery f;ewer—Requirements docU.meut located Ft% 2 1ti ;1 cct ii�t,l� rzsa ,+�amltorlw�srtlrovlltesnuixesflT.'foly 3 'ybcanstrkmiorl%2 Do iunanfSl `on[I#f�tor 20PL%q mlificnliOn/Wffte 2Oand' 4 Man IN ,� SewcL� 2{}[�nti' t �Pr uLLlifce�ti n°, {1 tt �z, �f SS o�U�re S r,irai' n211i�:c�u�reiriealts.�lac7piiblic 6 7 a 3,2.EAch'Bidder unless c:urreriliy praqualitierl, mw;l he pmpartd tb submit to City Within 4evcrs(7)cal€rLdar drays i]r'iar to Bid opening, kite dautimentotion idenlified in Section 00 10 4,9 11, BIDDERS YREQUAL,fFICAi'IONS. It i7 3.2.1. 5iibmissloB.of andfnr giiestiop Telawd to pi'P.quallfia:nl ion-shauld bo addrm.ed W 13 the.{75ty cvntaa ss prtividod in Ni 6.L 14 IS 16 3.3.The City reset'v�:s tha right to require any pry-qualil icd c-ontn p-wr wile is the AppareYt lour 17 bidder(s)for a prom!&to sub it xuic11 additional inform ratirrn as iha City, in its sole I8 discxeticrrl stray require, fnahi din g but dint.11mited to rrmnpowar and equipmwit racordg, 19 i4brmEtion about key pan;orrnoI ro be assigned to the prqjcet. Eutd cGuatrim iuT1 scliMnle, 20 to 4,909t the City ill evalupititiB L4lid assessing 11te aliiIIty crf IIic9 apparent low bidder(N) to 21 del jver aquality prod ur-tand succe&s ally cainpJoc p raj euts for the mrnnfmi laid within 22 the stipulated tirnu.FrArue. BaseA upon Mt 3 Cris 's =e."cttcar of the�uhmiftod 3 ii forniation,a recommendadca regarding the award of a corttravt will he ma dejo the 24 City Council. Failure to submit lbe additional idurrmation, if requf sad,may be grounds '25 fbr rejut ling the apparent low HMO a}s non-responsive. AFfecttccl 6onuuctors will bo 6 notified in writing of ri to thu-City C.nu"61, 27 28 1A,In nddiLion to pregvaIifrcutinti, additional rugrriccmi flits for qualification may be requiYAW .29 Within various svc iQlls of the Ccriti'ricl 09=1Ineilts, 34 31 32 4. Exam Irfcil~ion ofBiddiug aiid Couti^nct Doctimcitts, 0thor Re]ated Da0, anal Site 33 34 4.1.Befaru NiAbinittfng is Bid, Oach 13idder shall; 35 36 4,1,1, Exaiuine and carefully study tLie C ffltod DOCLliuents Hnd offier related data 37 the: E3ic1dji)g Docuuleuts (hicIiidiiig "tecbaical dfrta° i-t!&T ed-Lo in 38 Paragraph 4.2. bol+�w), No EfiniTnation givulI f}y C ity or sariy r"'Osm 11Lative Of the 39 City oilier than that contained in thz( ontrael Doe ameMs rind officially X[O lirouiutgated aoldeada thiaxeto,shall be bindi,rg upon die City. 41 42 4.11. Vitit the site to becbm—a famiI iar w 1di and satisfy Bidder as to tees gooeiul, local and 43 site catiditiolm that may a3ffict eoAt pregress,rwrfoi wnce or ftrrWishing or ilia +14 Work, 45 46 4.1.3. C onzdder federal,state±and Wvv, Lnivs Lind RrsgrllWa>m that may alf'ou 0021, 47 proglyv% perforrni [Rce err Ni-a ping of the Wma . 48 49 4,l.d_ Omitted so CITY OF-FOR`i'WORTS 20m C fY Cmv.r r�Auji Ryshm L'rna=t 3 "TAN f1Ak CCIh15TRilC RC7Cr SPE kF1L`At r N k7C]�'4lML k� 101.587 RovY Ncd AugusI21,2015 r1U Zi 13-.l 1 .C.S. Sttidy all. (i)rtporW of ploratiuns and tests of%iIbmitf`aaty Onditions at or contiguous to flee Site and fll I rlrn win gs nF physionI ciondit ons ravWhig to existirig 3 gurfac'u or suhsw`fac a structures a the Sitc(excupl UnilurguLlIId �-ac'iI tie4 that 4lutve Moen idandfied in the Contmel Doetl pin eWS a3 cc nt,i[nirrg- r'eIi-9h1z "tealliai i t S data" and (u)repntis and dmwings of HDzn rdoils Environnil nusI Cop rdltlons, if arry, 6 et the Site that l vc ken i dent ifi.iM in thu Cupilratl DopliMents as f.ontaini ng 7 rt•1iailjla "tuc:l�riic:xl da#ra." 9 4.11 ne advised flint the Confi-aut Doculi enis ou File with aw City shall const it,re a[1 35f 10 die iuforruatiori whIch tht City will FiIrni�h, A11 additiuiial in#onuation floc!dii#u I which Ilse C by wiII �upplp iifler praiijuigation of the;fennaJ CyantrFlct DUO PQwiltS 12 sh"dj he issUNc[ 111 1110 f6m, a writicri adde-nda and ball become praTI of Ihu Caturact 13 DocnmenI tPot as Ihotigh Stich Eiddenda ware 11CW01y Writ#en nato Ilan orig[irsi� 14 Conti-act DocumoiiW. No information givers I)y the City ol-her thall dial-Cuntaiiritd in 15 the C:onirain. DooQ trmits a nd offielaily pra)muIgated acid enrla tharolp, shall be 16 binding Ltpciri ilia City. 17 €$ �.1.7. Perform iodopenduiki ruse aruh, investigatians, tests, hmrinPs,acid surdi oilier means 19 Os iliay bo p1eoeasAiy la gain it complete ltriuwledge of 111e wodiii tins wliich ► iII tie 20 Lei Cnuntffud during the cons truoion ofxhe proinct. On ivquLsL, City inay p.mvidu 21 m4ofi Bidder'ftccess to the site to coridtiol 4=4i cxamhiaLions, investigations, 22 cxlr[orations,tests arjd studies us each Pidder deem,,licctssary for submission of tr 23 13id_ Bidder must till all holes and dean up acid restore the site to ils farmer 24 condhions upoar compaction of such explarations, investigatjons,tests all sT.t�r[iea. 21 26 4,1.9, DetmTnine llic+ diffi+itlltios�of the Wdrk gild al aittending r�irzumi rtancc-;crffieting the 27 cost of doing thr,W t'k, time regtured fop' its ecimpletion, and ubtoia all iiiforitiation 28 required to wkc A proposal.. Bicl&rs shall re[y exchpifvofy and nole[y i11)arr their 29 ,iW11 estlrriates, irWCStigatirjn, resenach, tests, oxplunalions, and other data which am 30 jtccr Sar',y for full and complete information 1iporr wiiic h air. proposal is 10 he #used. 31 It [g uMeptood that I lie submis W sionuFaprup€ is prinia-ikie evidence That the r'al 32 Biddeas shade the investigntinn, exarniri8ttkmq and tests herein mclii ir'ed. Clrilms 33 for additional coaip�nsartion day dt to variations betweesa conditions auplly 34 cricountered in cans i'ijCtloil and-an i rid icatud iri the.Contimct Doc umunt_� w i[I net 35 allowed. 36 37 4.1.9. Prouilitly notify C;ily 111'311 ciriui7icts,erroras,ambiguities or d 1,xrx:p44rrc:ic:.s iip or 38 betwoun the C ontraca Dmunlen'lq.and such uther rel�dod d(jvurnw-riN. TW Cold-fiotar 39 shalI not toke ridvantega of lady Moss eiTcsr or omissisrn ill laic C:oaract Docaments, 40 and the City Aalf bo g>mihted to make such cgn-eclions or inlerprctaticrlis as sway 41 be doumc:l necessary for fulfillment of the Intent of ilia Con Imot Doctiments. 4z 43 4.2. Raferaasce iq mudc 10 Section 00 73 00— Sslpplementaiy Conditions for idei'itsfication of 44 45 4.2.1. tho3;a reimrts ofCxplara Bans Arid lids of whsurNee gcujditions nt or contigunur. In 46 1lle site w[iich linve bean tit iIi l by City irk preparation of the C antrilict Drx;limerit$, 47 rpil, lu.-s of Soff Buriitp, ifimy, on [Ire: plawi utr; Edr' general informaiian only. 48 Neithor the City nor the Ungimier gum ran lee Vial the daw shown is repieseaitrstive of 49 Conditions which actually Uix iSt. 50 C['I'Y OF PGRI'WOMI 1018 C'1P C"nVh'&XIM x A%r:MOFRr '?.1 sTArlDAtctj Li}Nfi'RUCTION&PECIFICATION tA)Ci1kDXfS 10?W Revind Aupm21,2011 92I 13 -4 INSTRUCTIONS TO BI S POW 4Vf4 1 4. .2, those drawiug�i of physical 6ondiiicns iii oi'redatnlg to (�Xlstiag sz rface and 2 sulisurface qniutams (rxo,_pt Undergyartntl FaziIiIies) which are at 01-rOnfigaIaL18?0 I the site shirt hnue boon ttiiIi2ad by City in prulswUiclsi Of[lie Contract DocriMunts- I 5 4.2 . copies of%Lich reports and&awi np wit I he Grade available by City to any Bidder b ora requaat. Those reports and drawings may not be part oFthu Con rat 7 D-ocuineuM but the "technical slag'.cotga iced Iheruia upon which Bidder is e.dimIled a to rely as provided in Varagni ph '1.02, of t11.e GeucraI C auditions 1' s beat ide'nfified 4 and established irl Para gi-dph SC 4.02 of the Si opp I umeii raly Conditions. Bidder is 10 responsible foi-aRy ill terpjvlal ion or conclui6an ch,awii Froin snv "technical data" or I I arty tither deta, intvpmtatlnns,opinions Or-infum)a Li o ri. 12 11 4-3.The submission of PI Rid WEE c:onstitiae an incontrovertihIe.representation by I)idder(i) 14 that Bidder ha;complied with every Tcgniremrnt of tlus Paragraph 4, ('i:i) Ihtat withoat 15 exception the Bid is praiitised upon laz6orrning and Futuishing tie Wai'k required by the 16 Contmut Doc iveots surd applying the specific methads, Iechniques, requotice:s er 17 piviceduries of constmction(If any) that mny ba.,Aw ri or indicated or expressly Ir-yuire d 19 by the C:onjoat Dacnrnents, (iii) that Bidder bas gi.vem City written notice of all 19 conflicts, elrois, mbiguities and discrepanoics in tha Contmat Docome;nt's.and the ?4 writtest resolutions thereof by City are acceptable,to Bidder,and when said.conflicts, 21 etc„ have not been r asolyod thrmgh aLe hiterpreta#ioris by City as d erlbed In 22 Voragraph 6., and (iv)111ot the.Coi i tract Documents are gcrrerAIly strfflcient h3 indicate 21 n13d eatsvoy 113rdet'mnditig of all terms-mid cx�ndillons Rir pc-rf'orming and film IFrhins Ilie 24 Work, 25 26 4.4.Trite provisions of this Nrsgraph 4, indtasive, do not apply to Asbk stL7s, Polychlstrivated 27 biphe�tiyds(PCBs),Petroleum,HazaiAous W4 isto or Radiorrctive.MiitedaI onvei-erd by 29 Fsrageaph 4-06,of the General C anditicas, undass streaiCEcalty idontifI&d in die Contraut A IDdeuineirts. 39 31 5. AvaIInbiIiq of Lands for AVurk, L, le, 3� 33 5.1.The lands uparl hii:h [lie Work is to he pertorr iO, rights-of-way and casn men Es for 34 aucros they to and ntfter lands d"ignaltd for tl&t; by C.antraclor in perfotTniltg the €irk 35 are identxfed in the Coniraut DoctimanW. All adeditiorral lands and at(-e"s (hereto 36 tvquircd for tom porary consttuo6on t'B6Iitie%construction nguipreiciit or storage of 37 materials and equipment to be irtcorprrrnted in ills Work are to bt� obtained and paid fDr 38 by i`.GiAl=tt71', Easements f�xr pe117"Mlent st'UCture�or perm$Itant changes in e�cistirtg 39 f4cililies are to be obMin' d end paid for by City urtItss other v+rise:provided iu the: 40 Con Iraelt Dcoumeaats. 4.1 42 5.7.,Dolstanding right-4:�f wa , emCriietits,riudlor permits to be acqulrcd by the City am lit-4ed +43 ur Pamgmph d3c 4.01 of the Suppdempntary Condit ppiq.In IL a event the necessary 60—it- +44 of-way, easements, and/.or pern-tits are not GbtmIii cd, the City resel-�res the rigs# to cancel 45 the awaud of ccntract at ony time berere the Bidder begins-any sonstrudim work on the 46 prra,jor'l, 47 ctrY 6 vowr wood 201$ei1P or�c,e�e.]4 rlorvrwaa L'oi�mrr�, I STD NPARD CONSTJtETCT10N SPECIr rCATON DOCUMENTS {pf 5$T k"Iwl AvIlol 21,Z4IS n�tir.'�'ac�r�s'rt�D1Q!}1rI�S I'ngc S 4Y9 1 S1, Thu B idd-u Lhafl bt� pirpared to WffirAWIM2 d6nriif1-1L06011 WitLOW rill exMnted right-df- 2 wily, ca�otnvnts, and/or permit, Find shaII sllb"t a 8oh6dule(0 tilt City of I10w 3 GotaSlroution wi11 f)rocead in the crt11Q{'�wea-,�of thr,proi rut Ili at too not require-purmitE +1 j�ndlori5asenients: 5 6 6. Intei,pretodons and AfI{1endn 7 R 6.1.AII gLiestiors-ahr)nt the rnct.Llling or hi tent of the Bidding DOCslMMIS w-e to be direc65d'to 9 Chy Io writing on tar b-6fort!2 p,iiL., the Monday pim- IF) liic Bid gciiing- Qtiestions 10 meeived after this day moy not hL; responded to. Imcrpiviations tv C:lariftuations 1 I considered nerx.t, pry by City in response-to suaTi q i=4Lkni,: wi I I be issued by Adrlendii 12 delivered to a I I parlich rucorded by City ais having rece,ivttl the Bidding,Documents. 13 Only questions 2roswtitd by formal wi'iffen Add�mda Zvi I ba hiiod-in6, 01-41 l tuld rlthcr T4 intwrprel Tit iom or clarificat-iotis will he without [OgLiI Crf 't. 15 to Addmss gawti6nsto' 17 18 City of 1=on Worth 19 .200 1'eyw; SIrb;1 20 Fort %rth, TX 76102 21 Alw; Greg Robbins, PE, Dgnspcv-1411an and Aobflc Works 22 Nx: 817-392,3092 23 Fj nail:g)-egmy r o.bfii�xsf ��'11��o�'Ih�ar€�s.gnr -24 PI Lone: 817,392.)333 25 �6 27 6.2,AddeOR may aIso hk� is wd to modify the-Biddhig Documen as deemed FI&Nubhe by 28 City, 29 -40 6-3 Addend or clarifications may lie posted via I3L1 saw at. 31rrfpst 1C1JIt7lT�f.{]y;a€rr;Fr,4UrrJII. YIt011I�'ILVE1'f7,sfl. f71b ! 32 T 9 �C'IF E2 ir�cr ° ' n�{r�rio r f��°, "rnrlr rcl o R --ic 33 34 33 6A.A p►'ebid conference mag hr; hald at the time,and pluaa indicated In the Advertisemont ur 36 MrFA`f`ION 'f O BT.DDERS. R.epremnial ivas of City will lie prasenk to GliictFMs IN! 37 Piiject. Bid duts are L lncouraged to attend and pitrkii�ipatz u1 the Gonfevel ice. clay wiJ l 38 uwsmit to all prQ';j1 x,ti.ve Bidders of record such Addenda ar,City uan5iders nG ugsi1ky � 39 in r,-spunse to-Ciatstions arisfng at the covfinraiwc. QtId $LdtemeF>;t.S Indy Tint ♦x- relied 40 Upon and will riot bo binding ot. legally t:ff' aive' 4 t 42 7. Bid S12013-ity. 0K3 44 71.Each 13ir1 muNt he' howtapanieti lay Did Bond imide.payable to City in Sri amount of five 45 (5)perr�elli of Biddzex maxi rriUm Rid p1`icn an form atlndled, IwL,1;d Icy a surety meeting 46 the requirements ofPil rsgaPM 5,tlJ of the General Coil dI tic m. 47 CITY OF FORT WQRTI t .70M t Y),Corderfw Rerromum cm0orw X sn'ANDAnu LIONS'ficuci-IoN sjw—IF7CATION-DOGUM9NTS INS8r. Rzviood AwFu:l 71,2V5 00$1 13-G INSTRUCHONS TO BIDDERS Page 6 IFN 1 T .11ie Bid Bond oraII D rdders will he Mained untH tie.coadittons of the Flatice of Awtird 2 havn been gatiat2ed. If t1w Skir-cass-,M Bidder I'aiis to execute avd doIi w'the nomplete 3 Agreemont within 10 slays sfter thu Notice of Award,City may coosid1�r Bidder to be In 4 default, rescind the Noticr* of AWILI ,and the Bid Bond of Ihat Diadbr will bt,forfeited. 5 SLiob tbrf� itare;sliull lac City'w exoIusiYe nemed:y if Bidder'Ala u11.1. Tile Did Bernd of nil 6 othea-Rid{ders Whom City be]ieves to hove r1 rvaLmin jhlc�chance of receiving the award 7 wi]I he m1:1ilied by City untiI 15rral conIT-aut execution. 9 8. Contract Times 10 The nstintAi-of days within which, or Elie daW by.which, Milestoges ere to be achieved in t 1 aWordatice with Cite General RNtiimmeiits arLd [lie Work is to be compluNd i1nd ready t ' 12 Final Aceeptance,is sYt fnttli is Elie Ago-eunent cu hnctuparated therein by rcl6rncc to the 13 attached Did Form. ]it 15 9i Likqultinted Dnsutxgas 16 Provisions fGr liquidalud dtj=ges are.sot tbrth in the Agmemont. 17 18 1 f1, SubstItote acid "Oj-Equat"r Items 19 The Contract, if awarded, wi I I be on the basis of maierials xid equipment descfibpd in tine 20 Bidding Doubt cam-v thout consideration oflsossIh1s substitute a "or--equal" items. 21 Whcnover it 1s itjdieatr d or specifier) I the Bidding Doartmemts that Li "sabsthut-e" or "or- 2.2 egswI" i#um of irrtjterial or egi.iipmerit muy bo furnJshcd ar used by Contmutur ifam:eplable 11,� i 21 City, appiication for S11uh wil] not lie uonsideied by City until Aflcr the Efiiectj e. 24 0,ate of the A,greenicilL, The procc drjrs her subi�sission€s�,any sua�3 �h�}�i icrt[isrrr 1>�r Coatr.ir for 25 gjtd considei-ation by City is set for[h in Paragraphs 6.05A., 6.05 B, anti 6-05C.of the Geneva) 76 Conditions and is sij pp leine-itted in Section Ill 25 00 of the 6tottuJ Regukemeetlts. 27 a il. Subconttwtors, SuppiIarsaml01hers 29 30 1 J A, In accordance with the City's Bwinr-ss Diversity Eaterpriw Ordimance No, 20020- 31 12-2011 (rrs rimunddd), i h n City his gdAq far the parti6pation of miriordy business 12 anWor small business antngirises in City.contracts. A rnpy of ilia Ordhiance call be 33 obtained from the officc of the City Secretary. The Bitldej,iiha13 silhmit the YBE and 34 SBE Utilization Rmu, Subponlruc[orJSuppIIer I.JtiIizitt[oil rosin, Prime Cow rttcrtur- l5 Waiver Form and/or Good Faith Effort Form with dou4weuwiion an[d/s)JF-J,0in1 36 Vt*nture Ftxrrn as appropriste. Tho Foiins iaeh idirrg docurnpigEtion midst tip reueiwd 37 by the City no later than 2-0.0 F.M. C'ST. ort the.second krusuiess dti} after the bud 38 opening slate.The Bidder sliall abtarn a receipt Frain Elie City as cvidunc:e the 39 drkaiir 1011Lrlti{irr'WOE N-Ceived, FaliiurC to cOrriphy shall re I&V the bill aS r4arr- 40 1�4�FC}risly . 41 42 11.2. Inc} Conttuotor shrub be rep I to ompioy miy Subcontractor, Suppiiei-,ofl'Ex 11-erson 43 or org1111ization 4pilist whom.CMdr.actor has reaspnable objec1.ioll. 44 45 12, Md Foi-an 46 47. 12A. The Bid Form is hicludod with Lie Bidding Doctim-ants; additional copies may be 48 obtained tram [ho City, 49 Ct'I'4"OF VORT WORTH 201B.CiA Ganrmjl 8arwalfaN Cart"d AN:DA?-b ;iP$C1FICAT10K'1D0rNJhiE Mr$ U fSri i;avLsed.Aug�m1�1,a,�RbS cr�zi 13-7 1MTRUCHc_trts•Fe DIDDCRS ilag�a d9 1 12;2. A II b1fink,; oit the Bit! Fuj'm must [ra completed by printing in ink and talc Bid Fa nu 2 sigilud in ink_ Erasums or alltwW Olt shall 1ae initialEd in ink by the pevson signing 3 t11n Bid Form, A Sid orrice slrrlI be indicated for each Biel item, irlIWr hive,acid Lin it �1 Llfiee item listed rllere TI. In the CASC 0f UPticsnktl alternatives, lhi� Words "No Bid.." 5 "No Change," ar "111nt Applicublt_" Inay ba enter 2d. Biddev sbali slate tlae prices, 6 wi'itten in ink in Moth wr rd.9 aM mairierals, for which the Bidder proposes to do thu 7' work cantempkk�d=Aim ish.inaterials required. A]1 prices shall be written legibly. 8 I[t cane ufdj sure Vata�}+ buti4cort price is Y.Titten words=4 the price in.wdtten 9 MIMDTsls, the pficu iu written words shall govem_ 10 l2.3. Bids by corporMiocfg slka[I bu execulad in the onrpwate njrnie by thu priuddunt{era 12 vice^presidoni cr rither Porparate uffcur accompanied by evidence safutrth all ty 1-0 1.3 sign. The o4 poratt! seal sfialJ be ti Ffw d. Tiro o€rrporate addre-95 and state of 1A incorpovAtiaiI shall be shown boln?w the sign:ufure. i5 16 12.4. Bids by Vonnerslaips shalI hu executed in ft partnership name and.s4l; pd lay a 17 partner-, whot; title roust appear under' the-signatwv acaorrr}aanied by evidotice of ]a authority to s.'rgu. The official.address of[lie pailnership shalI be shown below the 19 igrtatui e, 20 21 12.5. Bids.by limited liability oompwilw shall be axecuWd in t#ic name of di Firm by a 22 member and accompanied by evidence ofauthurity to sign, 11l0 stato of fD1TI1jrl.inn of 23 the firm and thu of w411 address of TN.firm sbaIl be shown. 24 25 12.6. Bids by individunls shrill show the Elidder's ntsme and offi;inI addresa. 26 27 12_7. Bids by jvW V6nturos shall bd excepted by IM01k jbiIIL venturer in the manner 28 indicahA cm the Bid Form, 'Che cil`1'ieial add ram of the joint yuntart shall be shown. 29 3D 12.8. All nwi)a� 0mil be typed or printind in inJc below the sivaWl^e. .31 32 12.9. The Bed shall eantg]n an ackar)wledgement ofreceipt of a]I Add omda,the numbuns of 33 which s�halI be filled in an the Bid Fenn, 34 35 17.10, :Postal and o-mnil-Add rosses attd telepJ unlr nutnbar for.c,ailurturiicalionsrega1-4ing.the 36 Bid shah bi�showpi_ 37 38 [2,1 1. Evidence ofaullwrity to condnel buxinos m s Nmaesidant bidder ilI i h a fitatd of 39 'rexas shall hi}- provided LI] rcc£ordunc:c with actlian 00 43 37- Vvridor Compliance 40 to State Law lgeu Rmident.13idder, 41 42 13. Sulurniflsion of Bids 41 Bids shaII he ritihm Itted on [he prescrikmI Rid Forirt,pro vidad with-the Bidding Doaumpants, 44 Ea the tithe and place indicated in the dvart]semcul or INVITATION TO BIDDERS, 45 addi-essO IMF Pul—ch dag Maringer eel'litc City.Mid shall be enc:lvsi(d ill all upaqu2 sualed 46 etive lope, nial•lced with the City €'rojeat Nuwber, Pi-gject til.lkr, the rlorne and nddress of 47 Bid der, and ua€jutpanied by Ilse R id 4Lvurity rail other ruquirxi(l douuiiiient5. 1f the El id is sent 48 thruttgh the alail or other delivery sy�Vuin, di.e settled �envuIup5 dialI lie en�^loscd in a sepili'vito 49 envuIope with tho ngluti❑u TID ENCLOSED" ou the.fAw of-it. so CITY UP FORT WC}RTB 241.1'001 buloum Rasforao+ort e6offyge3 S MkMAtdDMNSTRUCTI N'SPt'OPI(:14't'I['NI]Oi:10W.NTS 101587 Rovind AijjjL K 71.;111I5 ca.21 r3•8 [NSTrttrcrrorrsIro ADDER-� lmg�M flr 9 odiItc,atiuu and Withdrrtwal (if Bids 14J. Birls-addvessvd to-the Purchasing 1'4laumpr and filed with die Purchnsing office 4 unnar be withdrawn prier I the time yet fear big] openhig, A tequest r*r w1didrawal '5 musi N, made hi writing by an opp oprioto dMinirwnt duly excoau-d in Elio Lnam.rier 6 that a Bid inusl be excautcd ind fleLveied ro the pIrice wlicre Bids.are to be submitted 7 at rrny iiina pr'Iujrto ITic optnutg oi'Bids.Alter all Bids nal reque9t,ed for wi thdriNval 8 are opened.und pub]iely road arfahid.tlier Bids for W11iWI' a wididrawal mquest has hc�eii 9 gj:operly filed may, at the option of the City, be r tumtid unopened. 10 11 K2, Bidders.may irmdify their Bid by etuoronic ept7mivr ioatinrr at rnny time prior tp the 12 time set for the dosing of Hid reouipl. 13 14 I5. Opening of Bids 15 Bids mil I lie upefwd and road Rleiid pubiivfy uI flit plaee where Bids am to bo 5tibntiftd, Ali 16 tihsir9ct 01)h42 2tn[]unt.5 of the base 0i415 rrald Tnajor alternates(if nny) Wi I I be ma&available 17 to Bidders aftr the rrpeLing ef13ids. 18 19 16, Bids to Remain UbjCCt to Aeceptaaee 4 A11 Rids will remain subjea io fac6epiance for the time poriod spe[OiQd for Nodue of Award t and execution and dulivory of a cumplete Agrzoincrit by Sidi stuI Bidder; City Moy,at 22 Citys sole diiEctztirxi,reloagL auy Bid and niiIlify the 13id security prI ar to dint d ate - 23 V 17. Eval urtion uf'11ids and Awaivl of CWitrael 25 26 17, 1, Cf ty reserves the right to €eicct arty or all Bids, iuoluditig without IImilation the rights 27 to reject any or all noi3wafQrmiag,ng=sponsive, unb4[wiccd ar ounditio�r<I Bid.,; 28 and to neject the Did of j ny Ridder ifCity believts.,q.that it would not be in the�em 29 interest of the Project to make an arwa�d to that Bidder, whalior because tiro 11id is 30 not responsive ur the Bidder is ungiiRIfflod oii of doubtful firiauuial abRity or tails to 31 meet any other pro thient siandard r11-ct-iloria€sslablislied by Crity- CiLy also rf—w ves 32 the right.to waiut fiLfbiunrr.1 itzer, not involving pice, cantricl time or(;haiigag in the 33 Work W ith tJre 5trccess#iil Bidder. Discropuncios NoNmen the multiplication of tinils 34 oFW rk turd uivt p6cq,; wiII he re.�zolvcd in Tavoi-of tho unit pried- Di-screpan6es 35 hetvreen the i adieu led sum cif any coluinu o'f tiguret�and the can-ect swn-thereof wi I I 36 be reselvctl in favor of the correct sum. Di sarePnt;i os between wur'ds.nad Rpres 37 will be resolvtid in favor rif the words. 3B 39 17,1,I., Any or till bids wilt he reiceti:d iWity+ has rc&,;xn to believe that colltislon exists 40 among the Biddcaj, Bidder is-an intorm-d d pWy W Lilly Litiggtibn n9rtin0 City, 41 City ua`3-Iddrr may have R claim against the ather or be eagnged 1n IftiPtion, �I 13iMai- is i11 at7'rsas tin any existing ccmii-act ur ltas defaulted on-a previous 43 corttraot, Bidder has perforated a prifrr cantract hi nn onsalisNutury]TmUuciI, of A14 Did&r hus uiicompietr?d work which its tliii judgment of tite City wiI1 preve Lit fir 45 1rincler the priarnpt nourkpletion of Ecdditionel work if awarded, 46 CITY OF FORT fN{}XM 30f8 CIP Cancmte/WfWYO+ fr C"orlftcl 3 .STANPARD CON,TMIC-P N SPL•{:�JI ATION i}OCT_NEK 5 1171587 Rcwiaed Ai?gun 21,2011 00 zi 1.3-Q iNS7TUX'r10NS TOIjIDDLT 6 Yugc S1 ur!� 1 [72, C ity eta +con.9idor tht! 4lu3Iificatioris land experipict�of Subaonti'aclun, Suppliei:�, and 2 olhor.persons anal orgellizutions Pro posed fern thrrae portions of tile WN )H� 0 to wlaich 3 rllc ideu[ity of 8ii400nirsuoi'S, Suppliers;and otWr parsons and org-nni5-mions must d 1>e submitled ns pa'ovided in the Contmct:Doeauinents-or upon the iecqu 9t of the City. 5 City also may the operntbag costar r aintenanee i-cqtpiruniewl i, performance 6 data and pullplintee.w of major items of mratcrials and equipment pi'olsr bed for 7 incurpoi-atimi irk the Wont whan �ruuh data is requj3'ed to lee submirted priar to khe 3 Nc ice PC AyAvd. 9 t0 17.3. C1(y nlay eorlcltict such investigations as City deeins neemgiry la assist in the I cvaluation of any Bid and to es'tal)lish tKe responsibility, qunlirioations, and finencir,l 12 aabi11ty aif Bidders, prc+pr secf Subs,()jitractors, 5uppllets.and rather persons and 1 organi'rit[[nmL to perform and romitih the Work in vut covdancc With the Contcatot 14 Drpaait1lctY;ts to City's-siatisfalctiml within tha presmbed trine. 15 16 17.4. C ontwtor shall perloitn With hie own orgarllr¢itioii, work of a vahm not lam than 17 35.°f� of the value embruGQd oil $ht Cantm(A, txntess otherwise.approved by the City, is 19 17.5, 1rtile Contract is to be awarded, itvi11 he awarded to lowest respari-6 h le,and 20 va4pansive I3iddor whoRe evaluation by City tndicatas that 1-11e awitrll Wi I be in the 21 LStast intere, t-1f the City_ -2Z 23 17.6. Pumi.unt io Tuxas Government Coda Chapter 2252.{}U 1, tltc City will iiotav ORT 24 cr+ni vac I to a Noiu'esidmil 13iedai`unless the Nonra~si icdt Ridder's:bid is lower ihAn 25 the lowest hid su bin ittad by a Tetq)aarieibic Teixas.13idgler�y the sflnae anirauni #hat ti 26 Texas ranidew bidder would b-a mquued to undeitid a Nonresideat B idfler to obtain a 27 coin pamahle vmntract in this slQte in which the nnnm3ld"trs pr1ricipl'I iklace of 29 business is located. 29 30 17.7. A wiiii'act is not'Awarded until formal C:1ty+ Council=thor'izta#ion. Jf the Contract is '31 to be awmrded, City wl114ward (lie Cunt mot Within.90 dt>iv,s :after the day of the Bid 32 oporring unIo on extcraded in writing. No ofi=7 act of City or at1Y6rs wiII constitute 33 atioeptanoe of14 Sid. Upon the eonilacwr award a Notiva of A and will lie issued by 341 ilho City. 35 36 17.K Failure cu'mfu9A to comply with the reynitumerin nt„y rnait in rejection of Bid. 37 38 18. Sj t;"jJLg inf Agrcem eat 39 When City i Fin u a Notice of Award to the Saccesslii1 11iddor, iC will be itucusnpanied by the 40 TequIitd nurn her ofunslgned comilo ptl k of the AgrournenL Within 14 days ihernmrter }I I Contractor shall nip raid dulivei'[lie rajuh-0 niianber of catmicrpails of the Agrcertarnt to 42 City with the mgWred Bonds, Gortif ientes oflris ir4anuo,a.nd all mhei'required rlcactu�yetitatintt. 43 City shazll ihe4-&qdfter deliver alto fuOy signed wunterport (p CunLraator. 44 45 46 47 END OF SECTION CITY OF FORT WORTA �4r8�'fP r'rNPrJx*IP 1Res�¢ru�iWl i'U1HJ��f� STANDAkl)0EES7T IJ( f ON MCI ECA70N D0LUMLJ TI'S RW=dAa L Z1 r�0 15 wuua 1Imnrlt7l"MI. SECTION 04 42 43 PROPGSAL FORM-Addendum UNIT PRICE Blip Bidder" Application J,IN ar 11 m bDfuhw4lau au"rb PAUP051 Adliul rM�u - Ion firAeon W11 a 13W 11WI Pric a;a vu lue KID SdRJIMI No. Mmum OMWIry 1 4T7�QQk01 SPo�1bJHo<nubLetbSu ink wDo $A 1 r W71. 9T conalw=n 5Emm nt Yf 0 tb 1 1 1.01da RRRnuwn 5rlRwo L AI III or 1191¢ axlr.aaul HonawrCMILMInPIMP T le .9 dell 3 1T};a'.= Rmnb4eAilhRMhW Fa A L 1123Ai03 11n41egend Fwwn&oattkRlra ]1 nl[e QY bnD r DPW.LKW ISmoyCnFL: EWRn+rktlkatmwlu«hsa' cndePWMrMrl11E9 a24Iiwa13i1 4Y 5.500 1 al!]9.CODOFlXrLL nC fck4e&mlrWphW)MWLoIDY'CJmn0*&PaVHhMrl 02AI IBM 1013 aY [Elm E M11 A1W 9'NKib(e awk T108A;WL2 32.11 21 9 I.MA 111 SQ1 tp.GdC%grnunHVEL, rwlp.p9l� ]Rt7fI7 iv -M 11. M'iljmwGaiprele race E&MM.r913optlf 72t3[FS [r 14(l 5] .$411Q7QD.kikll r:eulud 321273 LF T MP as Wan MDODKI o*d T.;F ITAM I0474�4ir Ali pw.wGwiur 110919CM SY aj711 21 RIB 4k41 W Gnnr.Ouir mid[.+[rller 3?1411 RF 2w #i7.Ua? r5rPPvm0.MRiMrrIMJ{ f 32Orrl to "'OM th U17.2C01 RulaadNerX rTvW &717'�8 �+K tuu 1-1112 R01 RF.FLiielheo,AleMRrTVrA 1F2J FA pp ]e 3R4t, 'r47'CiFFLFNWwfdAdrM, ra Du 19 M=F�R.1.6bla erTrn17A fi0177a FA 74 JRJ7.2HM Kl3FL Raiwq M1or1[ef T1'NON w ii Ra PA fi4: 21 3217.4510 2PSLnPV"AjVkffHaeN[9 VF7ly LP lip 79 3UiMll 1"biwrcS[riuirWA4pennl10rllrb 32i320 3F 1,915 23 Wi3LMI IV-Q r re5a E11Y.My 4 3F 904 T1 3�1a. 9 P.W v"F1a1I5,1vPffP1 12 ill 0& FA 11 ); 119.17MIL1 fiulRAiNn mPnlrhlhg '35ri7b4 !!A III pg .3uul.OIhfa Tupeog UM f9 CY MD n j9uy.oim Mork8oyPluoertoe5 is dnUS.wfi? "homALc uLrnHr0LMkIW M0614 RA T4 19 6.DIA0MWakwica4vuplNAdPialmmO0rdehn1 Mig14 La I I'Gar.�='u #a,noo-W 10 =17.t M f&Ea 16w swim EWnralw%Alrllnlmon[1POrwral M 4360a EA 17l. 31 mwSoi[1 ale+ -PakAdllwun4M in 1414 BL 17 3r a171.09PI WOrKUMW '4471$3 w 1b #J 8+f71t'[lm Pnrrahhllfiotr URSkin 34 11 0 vM 6Q 14 g9H6.DOM DDIl'Irq AWH1 wull 4 9494 iF 100 $ aomF.nMP;;Q112""n=nnML,,.uuw CUMGD 1.113 1 mom �74ocaaa II R7Fl-UP1'M31MTH 81'JSND.5R1J C0HMLWTlr7r{sI VjRr-AjTPN PUMMM"A Xaim ha rd#di R1a wtil I;[P rD-91l NdLhllwl.nmuuf 103 Un-Aililreduni 7.k -CO0a3 MEP t7mOmY n 1'n¢+3 pfm SFC-CfON 00 42 43' PROPOSAL FORM-Addaa dum T LIMIT PENCE BID Bidder's Application P[nJoLt 11e111 kfaamulian .Eiidder's#srapoaeY Driveien BldYisi Ylenr iL EGI S31tEU11 Y1RII U� 1.1�411 tlt{Io9 9ic�VoLuo NQ. ,eels6o H13. Mca urc Q+1jin 1 y Ald ti11m�11arx Dn,ta EIEJ 'I'�iail uaxa Ilid +�a�erual IF IIIIY T�IaY�49ternnirBTa[I tt¢dypY�rµa►Irurnu[u 1lJd 'ra[uE lYuducli em AAMIL[e Midi A136rmhle W41 TOM AdifitIve Ailorrmwe AESI TM101 HIII �-rtUN rQT 4F TONT OAVC I I[ 3rrANV3 LRP CCIbNTiWL:TJ}N 7P-1211W 1TWK[1[Ik"i11.1lIFUS .. Palm lt, .,,1311 IM131p 7.o-TA i'P'ar�31�af5d11wd5W4�1f�47�A71�7 h fu�i�LLr?E 00+1 1 G0 17m FIRM PAgB s a!a SECTION 00 4100 BID FORM -Addendwrrl TO' The Puroliasing Manager tr aq Tho Vurchasing Dlviainrl 200 Taxes Sireet Street City of Fora Worth, Texas T6102 FOR: 2018 SHIP curicreta Restor'atlon Can[pact 3 Marl $tr .{Foard Slneal Lo Shaaklefard Streit}aria Aft MH&A1 C#ouinvard{Whllman Avenue In Hulas stroet} City ProJanl No.: 10 687 tJWWSev.tions; Con=ete Pavement Improvernarb 1. Bntar Into Agreement The underslped SIdder proposes and agrees, If Ibis E3W is acc*ptad, t❑ enter Into AR Agreement with City In live form Iflaluded in the oldding Docurnei 1Is (1') perform and furnish all Work as speo lied or Indicated in the Ca€Itract Oocum$nts for iha SH Price and withln the Contract Time Indic8ted in I.Ns EMd etld In accordance vrlth the other terms and condltiorls-t�)f The Coakact Documents_ 2, BIDDER Acknowladgamonrs and Certlfication 2. 1. In submitting liils Bid. Bidder i iccepfs all of tlic (alms amj conditions of the INVITATION 'ro 130 1"RS and INSTRUCTIONS TO BIDDERS, I%Iuding wl:Uiout limitation those di iirp g with the disp ai lac of Bid Bond. 2-2. DIdder is aware of all costs to provlde� the required Ir4uranca, will do sa pending canlmot nw�ird, and will provlde a valid insurance dertlftcate rnaeting al1 requirements wlthln 14 days of rloll'kation of award. .3. Bidder cer#ffles lilat this Bid Is genulne and not made In this intoreal of or an behalf of aiiy undisclosed iriidlvidual or enrity and is not submitted in conformity with any colluslve.Bgreernont-or rotas of any group, as!=Iatlan, organlxaticn,ar WrporatlOrL, 2_4, &Idde r 11as not dimctly or indirectly Wuoed or solloIted-any othar i3idder to.submit a false or sham Bid_ 2_5. ElId lef has ndt s�nkited or Induced any IndMduM W en lty to refrain rrorn WdIng, 2_0. Bldd(�r has not engaged in rerrupt, ftaudulerit,-coiluslve, or coercive practicirs In eornpetir�for tU+ Cuntradi. For the pure ws of this Paragralub; a "corrupt prartiuo" means the offering, giving, raceiving, of scilditing or any thing Of VMTUe likely to Irtliur rice the entian of a public aPflclal In lh$ hiddirtcg process. b 'ftLidulani practice" means an Irltenk cal rrl1sreprQsel7Won of faata rnade(a) to influence the bidding process to the deVIrneat of City (b) to establish 5W prides at arliflclal nun•i~ornpetltkve levels, or(o)to deprkve City of the benefits of free rind op(!rt carr'Ip tiltlan, r. "colEti,slve practice"moaris a schenlie or imrrarigement M-I i en hN6 or rnbre Bidders, with-ur without the knowledge of City, a purpose of which i,v to establish ald prides at artlfWal, non- competitive levels. C".Qp MDR7 WORTH sTAW ARr)aohls-mk1C;TH)N F,rEMFLCATI VIGU IENT-9 2010 r;urWraLd ftealardllarL Uritrml13 I;;WM'Ni3Y4Red 41 M21 1 t11 NO qn 41 130 S1D FcrFw Page F ars d, "noerdve pracfiue" means h2iming or LhFeatening to harm, directly or Ind.1randy, persons or their property to irrfl fence Iheir parMcipatlon In-the bld ill rig process or effect I h a.exgoillien of the I:or)lracl. 3, Pragaaltficalflan The 6Idder acknowledges that tare Following work types must be performed only by prequaMecl conlrarvtars and .sobcon(ractars-, e, Concrete paving Con strucGonlRecurrxtrolien (LESS THAN 15,000 sgi4aru yards) I�. e_ d. 4. Time of Completion 4A The Work wilt be complele I`or Firral Acceptance within 360 mays after the dote when the the Contract Time commences to run as grmvlded In Paragraph 2,03 of the GenafAl Calndibarts. 4.2_ Bidder acnepts the provlsluna of the Agreement as to lIgwidai;ed damagesip)the ave-nL offailure to corn plete the Work(a�-idior?chleverr e!kt of Mllestnn6s)willlln the times spwIfred in the Agrepment. 5. Attar�hsd to this Etd The fcliowirrq documenis are eita0hed to and m40e a part of this-Bld' a. This Bid Form. Saction 00 4100 In. Required Std Bond, Section 00 43 13 issued by a surety mestlrlg the fequIMMeiits of Paragraph 5.01 of the Gpperol Corfu lor+s.. c_ Proposal Farm, Sad joil 0042 43 d Vendor Complljance to State Law ikon Reslderit Bidder, Secilrm 00 43 37 a. MWBE Form.(aptiunal at ttme of b1d) f PrequpMr,41:1urt Statement. Section qG.4..12. g Conflict of Inlarr-sl AffldavIt, Sectlan 00 S5 13 `1f r me6s�iy, C10 or C1S forms are to he provided dmatly to City Sebl'etary h. Any addlttanal dmMmenls that may be required by SertTon 12 of the lhalrucllor7s in Bidders 6, Total Bid AmOLML 8.1. Bidder will rornpleto the Watlt In accoTdance with the anlr4d Donumenis for the fallrawing hid amount, lrr Ilie space pfevlded below, please center the I:nWJ bld amount for this project. Only this flgtire will hr; read publldy by[lie Ul�of the bid opening GITY 4V rORT WORTH SLhLMDA9D GbMSTRU4tI m' PECiFICATION 00C124f;MTS .201$Cwxfera ReelaroYlort Qcnlrhol 0 corm Ra+rlsedmi5gM21 IQ-M0 00 A 1 00 B10 FORM Paga 3 or 6.2. I't is Urtdea G UCI and agreed by ttse BidOCTF in signing This pruposaI dial aia total bid �rrlounit arrlucad helow is subtract to verlriaallon Hn(Yor modificallan by rrtultiplyinp the unit bid priaas For aech pay item by the resp�ctiva idslWated €ILranlille5-110WI In This proposal and then totaling all of the extended dmounl% Er:3, Tutat aid, 7. Bid Submitfal This 131d is -tiubrnitted on by the entity narked below_ Respocthilly subroMi9d, Recelpt Is ackn6vdedged of the Initial fallowing AddenOw By_ Addendum No. 7; ($tgriatore) Addendum No. Z' Addendum No. 3' Addendum No. 4: (Prinled Name) Tlt1e: company: Curporfite seal' Address: SWe of Inrorporatien: Email_ Phone: END OF SECTION CRY OF FORT UVOAT}i ETAN ry('0W1'RtJWION WEGFEATION LKXUM�M 11319 CuncruW RuMmuffun Gonbrwi 0 P;urITj Revleed 2a r 0821 1 u 1 6HN 00 52 43 • 1 Agrtanvwg [gage 1 of 3 I EC-171011 PO 52 43 AGREEMENT d THIS AGR)arrll+M,NTI nil is made by aT1d betwc-un thrs City oll'Foill1 5 ftr h, a Texms home m I u man icipoi ty, doting by anil thrOUgh iN dtily nllliliti'iMd City. MSltfiger, 6: C City"), find , 7 airlhorh,,od to Rio bimineas in Towns, araiag by aT]d thi'911g11 its duly outhofind i-e iresen#aiive. 8 ("C"oliti-acror"). 9 -City and Cuntratlar, iii consideration of ttie intitiial covaninu hereinafter seat Forth, agme; as 10 rollo :l: I I Article t.WORK 12 Contractor shall complete ail Work as spmified :or iodfcated in The Cont-aat Doaumen1s for tbo 13 Pinjecl iddaffiod fiarein. 14 Article 2.FRCIJICCT 15 Thri project for-%vhirli the Work sander lho C;onhMcl DimimcnN finny bo the whale} Dr emly x pilri is � iG genernliy described rrs Ii)][uws: 17 2014 CLIP Cgncrcfe h'gruivOyn t rt�r i�rr.`t 3 t8 J01587 19 -Article-3. CONTRAC."TYRiC , 20 City ugree!;W pay CoWraotor for per'farninrice= of fhe Warts in accordance with thy:C..'gri rant 21 Doc um nts an amount, In curl-fit funds, of DePais 22- ($ '23 Article 4. CONTRACTTIME 24 4,1 Filial Acceptance. 25 'Flees Work will be camplete far Fin aI Acceptance within 350 days after the date whfm the 26 Contract Time cornmorlees to run, as provided in Paragraph�.03 of[ho General C undiliow), 27 plies: any extunsir)n thereof allowcrd in accordance; with Aricle 12 of Hie- General ?R Conditions. 29 4.2 Liquidxtud DaTnrigas 30 Contractcu•rcobgnian5 that thne is af'rhe emsvxee:for comptetion or maostonmi, if any, aad �l to achieve Final Aci;cpb ned of thin Worst and City VVil! stiif2r fingnctAl less if rho W014E iq 31 not compleuiE Within lltiu tithe($) specified in Paragiziph 4,1 tibova. Um Contractor also 33 mcognizes 111C delays, ox.P-eltse aMd difficulties if1Ve}JVgd in PRMIFrg itr fi legal praceeding, 34 (lit actiml Jov; sufforoil by tbe:.Oty If the Work is i1ol uornpletcd on 11inu_ Ace:ordiugly► 35 instoad e;F re uiriug any inch praaf, C onfmulor #%rrct:i that as iicluidated dairutges for 36 deIRy tbut AVt as a penalty), Cont raotor VhziII Arley City N'r hanched a�d My DoIIni's 37 ($650.00) for each day chat expiro5 Oar tho 11ma speci#ield is Paragrriph 4.1 fnr Final 38 Acceptance until the.City issues the HnFLt Letter of Acceptance. CITY OF:FOR3'WOWM 7�1${_IPcinwrerehig,%mrMFMICuRarav3 VAmDARU[1 NSIRWTIOhl SPFCilHCATTONDncUMENTS 015S)r kwkgd 11,is_17 W52aQ-;L Apitxx meal Nntl ar 39 Article 5. CONTRACT IDOCUMEN 5 410 5.1 CONTENTS: 41 'A. 71c Cnnftacl 'Docune nts which comprise the tnrti 6 ligreernctit between City and -42 Contmrtor conom-nind tllc Work eoll&i t of Ilia fuIlowing. 43 1_ 'MitLAg einettt. 44 2. Attu rratttienNIo this Agreement. 45 Hid Forni 46 l) Proposal Form 47 ) Vendor C.omplinmce to ftte Law Ton-Resident Bidder 48 3) Pt+equai3fiC�rttiou Stateiiiant 49 4) Sts#e and Federal documents (projectspecli) St] b. C Li rreaf?reva i I i ng Wage Rate Tab I-, 51 c. insurnnec ACORD Fonii(s) 52 d. f nyment Bond 53 e. Performnnce Hand 54 £ Maintuntince Bond .55 B. -power of Attalucy for the Bonds 56 h. Wui-k&'s Coi pensadaa Affidavit, 57 1. WF,and/or SBE Utilization Porgy 58 'Geiwinl Conditions: 59 4. Supplmiientary Condiflom, 60 5. 8pmiftcalians specifically made a Bert off' tho Contraut Doetiments by atmacbment 6[ or, ifnut amwlied, an iocorpomted by refmvace and dr-sc,ribed in the `Fable of U {;antentr, of th(,Projut's C�ntract Docummos_ b3 Drawings, 64 7. Ads anda, 65 8. Documentation subrnWod by Contraetos prior to NaCicc of Awnrd-. 66. 9. Tit Following which may he dinGvcrcd or issued after [lie EMctive Dute of the 67 Agreenical and, it issupd, bee nrot; an ineorlsaratad park uftha Con not Documents: 68 a. hlotica to I'roaeed. 69 h. Fuld Orders. 70 c. Change Orders. 71 d. Lefter of Floal Ac4keptflnce_ 72 '73 Article 6. ME14'MIFICA'1'1oN 74 6,1 Caatrseetor covenuknVq at id rigreen !n indeannify, hold harnflem aped defend, at its awn 75 expense. the city, Aa aflicers, servRtnts turd employees, front and against any and ell 76 cis ims :ul•ising out of, or allegod to arise out of, the work$lad seivi ee.0 to be per rnrmed 77 by the Canfi-setor, Its offceM, agents, CMPIDyeeS, S1llrCID0111ctors, licenses or iuvitee-% 78 ujuder [Ulf tantrsct. This indeninkiticatynt proybion is 9necifecalFy intcnded to operate 79 and lte effective even if It is alJcae-d or proven that an or some or the damage;3 Iieiug 80 souahl were caused,in who]¢ ur in purt, by any act omission ur negligence of the ci 91 This ind lenity provision to intendcd to Include, ivithont limilation, Indemnity for 82 costa,expenses stud legal reea iaell reed by Lke city In defending agriiwt such elaink9 :3ud 93 MU . CAILLtinus. 84 CITY Dr,FQRT WORT14 1Df8CJF'CfFf0C fL-AMTMeyFltoriCM?rULYJ STANDARD CON 9TRIIQ[I N SY=91CATX)d DOCUMEM jolm?" Rryincil 11_15_17 MR41-,1 AgTgnlen[ IW�CI 4 85 61 CunIro0or t avenun(s #atd agrees to i»demniry and haId 1F1+#' kW-1m, at its Givn expense, 96 the dty, ilr, off#ecrs,servimts land ctnplayces, rrum n10 ag,,ii mst arty anil all loss,slumagr 87 or destrtietiou of property or me vity,arising out of,or alteged to itt'isc out of, the work JAR aatel seevires to he pe Tormed by the cmjtrnt�tnr, its offscors, agrno, employees, 89. sobcontractots, liccuse¢s or invitees under tlds contract. This indematii'ieatilm 90 prayision is spes=aically intenticd to operltte and he erfective even if it is ulleged rrlr 91 proven that All Dr some of the ilarnaf!es bci��� suugli[_were caused, in whole old in 11111ri 92 b a 11Y act aim issilun or nee]i `1we ikrflit,c't . 93 94 Arikle 7.AUSCTI.LLANEOUS 95 7.1 'rarms. 96 Torrns.0 tl iPi thig Agleernent which are defined in Article 1 ofthc Central Couditions Ive11 97 1mvethe mornings indicated ire the oneral C'.ondiriom. 98 T2 Ass ign Ine-rit 0FCofLI-ract. I 99 This Agm mint, Mvluding all of the Contraat Occurr1M6 may. pot be assigned by the 100 Contraizt)r Without the edvamed express wridem nsar[t.t1f tits City, MT 7.3 iaoo Rws'and AsmgaEr. 10� City atsd Cnmractar each binds 1tLw1f, iln partna % sue tessars, assigns and logn1 10 rcpr� itatjves to the sillier' party homto. let respect to v11 revenants, agtec:mcri s and 104 ubligatioaas cs�ntainad in the [wt#mnt Uauu[uents. T05 7A eve1`ahility. 106 Any provision or tart of the Cn'ntmet Documcats heist to h6 unconitittllimial, void or 107 unciLlbrce bie key a ceuri taf uc,tripetent Jurisdiction shall ha defned mickca., and all JOB rfmaining iaznvisicarls slirdl continue to hu valid :Md bindirtf, upah CITY and K9 CC NTRAC TORT 110 7'.5 Gavul'ning Law and Venue, III Thi; Agreement, including a I I sor line Qmtmnt 'Dtjcuumcots is petliornyable irr the Stxle of 112 ` mus. Vaatw-;Simll be Tumult, .Cuwity, `I'emis. or the Utfltcd Staics Diatrir<t Court fx}r the 10 3 NarthL-m DiWict.sof Texas,Fort Worth E)ivisian, 1 14 7.6 Authority to Sign, 1 J 5 cunirrictor'Hall sha h viVidence Of audwrity lip sign AgreeanettLif signed by somcom utltev 116 1htin [lie duly authorized signatory of Iho Cm(rachar, 117 118 7.7 pt'()Jli bit i*P1 0R Cataracts With COURPatiiUIR 134Ycotting lsrnef, 114 Gont1'as:tt}r acknowledges that in AWordauce-wi#ia CfiapWr 2270 of the Tckw; Governmeilt 120 Code. thx! City is prohibited f3-om entering into Ji wr,tl-act with a company for goods ar 121 cervices uujus's the coatmot r:atltaius A wo'ittaen Yai icatiQt1 rrc91n lltc company that it. (1) ;22 does not boycott Israel; and(2) will not hoycutt hmel during the torn of 1 fie Gantnic:t. crFY of Fofa wokni 71Pf8 C'f1`Cone�Yle ltamomldll Coptljwr tJ °StTANDARD t?17NSMVC"I']c?N SPECIFICATION VXLTM'M1:q I WA7 NevJa�d J 1_15.I7 M 5241-4 Aj�wpniuir Phge 4 or s 123 T'iaetcrms'U96btt Isms["33nd %urnpany'shtiII have llle meauuings scribed IU.tbost± terms 124 iu1 Section !#oll.(101 Of tfGt! 'I`ex�js Govrx'11aa1csut C'.oriol. By sigarilig l}rlr e0ithact, C011MTc1cr~ 12S certrfrev Mal sagnulrrle prepdhles pulrlfren ijereicedio l to (he: 01jo 112at 126 10111yetelor. (1) flues 11w boyeole Isruel; and(2) np1'ff nal haycost lWael rfitchig Me. lrriot of 127 M'd c+o+rhwet. 128 129 7.8 Immigalicm Nationstity Act. 130 GnahwUw shall verify [lie i&ritily and einployrment eligibility of its amployces who 131 perfoi-m work oaridff this A",r�eaileitt, indud ft complefing the Employment Rligibilrty 132 Vuriifcaticsu Form-(1-9). Upon rngMieA by City, Contractor;[in II prrwidd City Withcopies of' 133 alJ 'F-9 forum and supportimg eligibility clovumentation for eaotl amployc:e who par orm-4; 13+4 work widur this Ada-uoment. CoRT[i• der shalt adhere: to a[I laedeeal and State laws{1s vfeI I as 135 establish apprQpriutte pro edur , and conunl�, so Ihat nra services will be peufarmud by 411 T36 Contractor employeie wilo is aot legally etigibIQ to prvf6 n suc;l3 sei•vieus. 137 CC?MMACTOR SHALL IlYJ]Ei4 WY CTTY AND HOLD CTW HAFLMILESS lag r�RONI ANY PENALTIES, LUR LITTaCS, OR LOSSES DUE TO VIGLATIONS OF 139 'THIS PARAGRAPYI By CONTRACTOR, CONTI1:AC_"J0-R'S EMPLOYEES, 140 SUBCONTRACTORS, AGENTS, OR LICLrNSE F . City, upon writi-en nodoe to 141 ('ontrijetnr, shall have the right to h=tx#ixtcly laminate [flit Agreu MenI fur violations of 142 [iris Vrovistai� by Contractor. 143 144 7.9 No-I lord-Party Benef cierles. 145 This AgToerraent gives nu righis or benefits to.tmyana'orlE 6irthan t1w City-and the [:anbactor 146 and i hp.ia ai�e uo Ihird-party b=efiaimies. 147 149 7.16 N a iwuttsn of Actiout Against Lngi near. 149' t~ombeto r. I&subcontrau tco,,alld eclttiptnu rit sued lmateAials sttpplier�r can the NROJEC71'or[heir' 1so Suteties, shall unainft ac direct action against thin Engineer, its uf#joces, employees, and 151 stihuultrzwlurs, for any ei-nim at'isirlg caul of, in connective wilh, or resulting from the is?. engineering seruic:es polformed. (tiny the City will bo this boricfciaiy of any undertakin& by 153 t11e Engineer, *Me pv�enuo eta' duties of the Enginoct^s p 'rsruurnel at a constnaetimi .4jr, 154 wh ther as on-s.it� repvcx entatives.or otherwise, do not make the Enginaar or i15 pevtiot1u1c1 155 in Finy way -rDr[hose duGM that hOloT+g tO the,City ancllui- llTa City's o�imIracAlon 156 4'ontraCtolx or e31HEies, and do not relieve the conatruction contrautors t1r RTfy other 1i57. entity of their i,bligatious, duties, and reL�pnnslbilitics, including, h%it not Hzrtittd to, all 159 coruslruclion m0linds, moans, [eohniquvs. sequenaus, and pr000dLjres ne -mmy for IS) c.ov-dinotirig And'cumpleting all puTfinm of IIic caagtruction wnrlc ki awordance .with dio 110 Cantract 1.)0ccnxrent3 and any health Or safety precautions roquired by sucli ounslruction 161 work. 'Me F,ngkieur and its personnel Ituve no authority to exereiso any motrul over any 162 con:;tructjar� coiilraator r?r MhOr entity or.thq.ar.employees iTI cotn laden with their work err 163 Rny health Qrsaf'atyprcca►ulioiis. 164 16.5 SJOWATURE PAGE TO FOLLOW 166 rfF'f or•FART WORTH ld s CIf Cnur-ovN Roswnrimr corruU01 STANDAIW CQN1;1'R13C r10N 9PECI RCATION 1XXUMfN% tlT58T Rawis�d I I. S.17 Agreameat rur,�S aP 5 167 1611 W Wfff4ES5 WHERSOP, Uy and calib C'N€anuted thm Ap:&emunt to he 1-69 e�fertiYe as of tlxe.date s� SUibcd by [litCity's dridga3ated Assistant City mk.1mgt:r ("Mceiive i 70 Date"). 171 ontralft . City of Fort Waith By, Susan Alanis BF.. Assistant City Manager (Signeure) Date Attest; (Printed tame) City 5tcretaly Tittle: (Sea I) Address; A+&C. Date; rix-nk 1295 No, pity{ Late{ ip; Contract Complimme Wnupr fay-signit1g, 1 aaknowludge that I am tho poinNa responses It fol.the Mon iwrin8 and Data ad n i i n i stmtion of thim t:oatnnat, imludittg. ensuring all podY'omi npe and reporting. roquiremnt:�. Gmg Robbins, PE Senior Ptgjout Manager Approved as.Ic.Form and Lt:gality. Dmights W. Black AssistanI City Attomey 172 173 APPROVAL RECOMMF DED; 1741 175 17+5 Steve('04ake 177 T MM DIRECTOR, 118 DapaAtnent of Tramp- -Cation and Pk4blic Woi*s 119 CITY UY FORT W(M TH 2rPA C'I!* d sTANDArtn cnNs7ICUCJr ON�Kc:lp CATICN PGWMt $ fltsml ReYLm!d 1I.EJ.17 au�3 ou-i SUPPLb'WNTARY CDKPITIONs PW I of 6 l SECTION 00 73 00 2 KUPPL&MENTARY CONDMONS 3 TO 4 GENERAL.C'CJAiDITIDNS 5 6 7 Supplem€ntary Candideiia 8 9 Thetse Supplemeii1mi-y Conditions oiudify and s€rpplcume Sectirrn OD 72 00-Qciwnil C0164ns, and other I p pravisiGm 01`the Cansr o T. wu nmte UFs Iodicaled baJaw, All provisinns of the Cengral Conditiam tlaalt Hrq I 1 niadilied of slpptauae ltod tcmalu hi futI force and oMat�m so nioditierl UI supplorrIa.rkted All prs visifflls 12 oflhe OentnI Conditlu"whlclrant not so.mu,iffied orsupp lama rrted remain lei Lull favc0 and effect_ H N D0Illel1 'rVVTlli IS 16 The torms used m thesr,5lipplalncillary rQRdjfH3TW iwhioli Hm dofined Jrl 1116 OcileraI CoadItions hvc tltc 17 nivin big assigned to then)in the Gcti,,A a4 Conditbine,uuless opeciDnally nu led heron_ 18 19 MindlilckttwA acid Su pplemenls. 20 1T `Fho 1`nllnwir�S are instruclloans that modify rn-supplcrnvEi sp"iR paragraphs in the Gonoral Cewdi Lions xrtd 22 other Ca UrADocumenI& � 23 24 SC- ,93E,2,'Kslraiving Dlserepnnufes" 25 26 Pliois goveni over Spn iUritiali5. 27 29 SC-4.01 A 29 30 Easemeirt lllnM SLlko Nrl on thfe Drawing arc approxiniale end vrero provided fn Qstabiish a basis for bidding. 31 Upon receiving the finrrl caseniunm dmel-iptions,Cooiraztav shin II r;corporc IWni to the lines shovm an the 32 colarsct Drawings, 33 34 SC,4.11IM., 'AvniWbility vfIAads" 35 16 The fbJltiwing ib Ii list arknown uutstazah,g right-o1=wmy, wwlwor va5erm€nts in hc ac�quired, if Kny nH of 37 Jawzajr l+31. 2019, 3� �9 01itsianding Rigbf-01-kVay,and/or J4Eas relents to BeAcquirrd PARCEL OWNFR TARGET DAZE "Nono" 40 The Contractor underj.mads and rigrnos lhar th@-daics Iiatcd.nbrave are vagmatts caly, are not gunrrllxteed, 41 and do riot bled the City. 42 4.1 if Conti Uar considers.she fTial oPwneufs provided to differ mMeriatly hwa 1Jia fepreat:rt(WWlrs on Ihr 1414 Contact Drawings, Connr ;lcr slizilI witliin five (5) Business DoyH and b0bre prou"d4ng with tliz-' i olk, 45 n�itify City ln-wrlting=ac tiled with tho differing eus merit [Inc locations, 46 41 SC4.UTA.2,"'Avdilabli yofT&ads" CITY 4F FORT WORTH AM CIP er,rxo rre Rex�rN�rrJw:.C�nrr��+� 5,T I)AIM c.�orasTkUCUOar�Fi MCA'M N DLWU F NI'S rear Rrvbmd tmi mry Z: ,2016 S Ur'MPMENfARY MN7IT ONO PngeT��ffi 1 I Uji[If ies oY obs11-11ctig11$.to be 1'aimteved,ndjiigtkd,jjndlnr ivlorAW 3 d. 'f]te folloxving is list ufJompry 31, 201V PEC` ED Uj'II,FTY AND LOCATION '!'ARGET DATE. O C?WNER ADJIJS'flvENT 1'tmc41 6 Tile Coln aotur iludorEtan ds-an d 39reeS that [fie dates Tasted above pre astlma s only, am not guararaced, 7 end do nil[ hWd [lie City. .9 SC,4,02A.,"3absurt'r,ec and Physic-Ql Canditiom„ 10 1.1 Th1,fallowing are reports oItXPI 81i0JU 11TId tests of scbsurfaca s OM1.1tiotU ;It Ilir SIto 6FIhe Wol'k, 12 13 Viow Steil Uh test f qle rcp&LS-611 Aliz-sow ld .. . 1.6 The follow Lug arc draw Inge of-physloal cunditiflng in or rela[Ing to existing-suTface and subsurface 16 atr rtaTes(except Underground Fuai lit im) wltioh are at o-cantiguoi�s to tht sJtO of the W01-r- 17 18 I9 20 SC 4 06A.,'`Hmrdoas Envirummental Ctlnditionvral S11c" -21 22 Tho following are ropoits and drawlup of existing hnmrdnns cTkv1ro=unEnI auncliIIcm, known to the City, 23 'Nona" 24 .71S C-5.OA 1.,°'02N I Ma I w,s of InNurazicetk 26 27 The-entities mated holow arc"9dditlunai inmireds ns thQLr intcrr st uuly Tippow"includ]rip,their tO3PN,tiv6 2R oMcal-;'1, diraetat's,mg_cnta and employm: 9 30 (I) City 31 (2) Cbfl3mlt81lt: "Yore" 32 (3) Qtbvx. "None 33 34 35 SC=5.114A,,4C*Ft(i-sctar's 1n4urnnC@" 36 37 T'he 11mits uFllabRy for Ilie it Gumnce required by Paragtpph GC-5.IM All II provide Ihu FuRowing 38 czlvt Ogp for rrut 1a13s tharl The following atlwoilrlts c1r greatcg,w}3ero 1�&lubvd by Ia)vs arfd ragwlationm. 39 40 5,04A. Lmduv Pal-mgraph GC-5,04A. 41 42 Sf ril.oor},!lrmits 43 EpupfoymF!s{Panty 44 S100. O mcitacrrrTe+,r>riccfr��erfce 015 P00,000 Disrrase-each employee 46 $100,060 Disease-poffcy limit 47 48 SC-5A4 B.,"Contracto r's Insa rum ce" 49 6MY:-bi'1.,17RT Wl7RTH 2614 CIP e'OCY 4L-A-'4MWJiCk Corti4 act �',TANL)ARL1 CONSMIiCTION SPM:IFICA110N DOCUMENTS fU#3 9 [(eVbrd)Fmnory27,?fll6 W71DO-3 1UPPLEMt'•1J'rhltYf'C7F7Tai U145 i,ag a 3 or 6 I 1,04H,Comriit hd Ganeml LhibiHty.WnrEer Paragraph GC-5.04B. CotlhactW5 Liabhlty hmurauw 2 under 11;irrrgrzrph GC-5-04 R., whW4r shall be on a Par project basis 0oveririF.Ilse rrntMctQr t4'ith 3 Tidnimurt, IIrnirs of. S ,�1,��fJ"�f]fJ drrcla#mac'+f+'rerre� ,�2,��O,d�fiIU agg�•�gfrro fr��rf� a Ttie pb]icy mu.q have au cndor�eiiwnt(Amendment- A.ggtegate Umiis of lnsuranos)Making thk 4 G&torgl ftyagate 1,imi ii apply separately to each jab site. Ib I ! The()arrsms al Gan%al Linbil3ty trtsumnce polIcios shn11 provide" ' ". ",snd'rO "coverage's. 12 VarifiuWmofaVch wyogU niwq ba ghown in tilt korrtrtrte9 Arflr'le Dfthe Certifjcstle cif LnRuranca. 13 14 SC 5"04G., "Crsntruatar's Nguronre" 15 5.04C. Autamobilr 1.nbi ity. under Paravm�ll a C-5,04C. Corn Ucir's Liability ina umnee undw 16 Panigrnph 0C,5_04C_,Aith sbail br. in iin nTnourrt rEsrt lads L4tdit the fallowing amounts; 17 is (L) Aninsuohifr--iabllify-u conimet-coal businoss policy Shull provide coverage on"Any Aul&, 19 dufmod rim autos awtwd,hired and nun-owned. 20 21 S1.000,06 eauh accident on a e&ntlsinQd sIrLgle limit basis.Split limits ape=Eptab[e if Iirnits arc al 22 -lia.srst. 23 26 X100,000 PrqpgrtyDamage 27 -28 W,5.04D.,"Contradar's I rim urn ncc'r i9 30 1-lie Contraam's aaustrucILoft avfivities NYiU require its cmployc6s,aprals,mibcn❑h'aeinr~3,Oqulpmellk,Wild 3 t �nitttriul deliver-ke[to cross railroad propei'Li-.s and trucks "Mona- 32 33 The 060racinr shall conduct its ijpia ratieus onviiivmd properties.in auc;h a manner ar:not to interfere with.. 34 hinder',as obstruct the raitrfltId comp ny in arty utauncv vrho-ttsuover in the use or operadon ofAsfihimir trains 35 or other praPorty. Such operations on railros'id properties may require rhn?Contravlor io cxvcuto a"`ltighl OF 36- Entry 1lgreemet e'tyith tote Mitioularrailravd rra crss mpany or Vanles.invalved,rsnd rn phis end tht 37 Contractor shorr[dsutisfy itseifarr to the rcquireintnisofieach i-aalrumdeampany 41id he prepared to ump-1 to 38 the right-of-uniry(if any)required by n rofimrd cuiipanV. The requimwe-itsspauiiHed Lter�zirl IIkcwisc rotate 39 to tht use of privbtr aaxiftar oartstrucfiarr access rbHda ci-0351ng said FRI1rund compatny's 40 properri'*. 41 42 The Ctarkrwfuat Llalal7liy unvarugere4Juir�d by Nragmph 5,04D of the GenernJ Conditions shal4provIdc 43 or7verugu fur nat.lem lhnil the fcr4lowing amauirrsr tssucaJ 11y companies 5EM--4 ictmy to tfnc.City rind tci Ilia 44 KaiIroad C;4mpaay fbrac term that f3ontinues fof,s4 lorg as the ContrEmor�s opet'aSioos and w❑T-k cross, 45 occupy, or touclr ral'60 proprty'= 46 47 Agar t,c; INIA 48 49 (2) Eadi Occaintice: SNA 54 51 It gtrtr r ffais a0h.aef _Nor�'+zqadr *'fls1s,QW11mr. 52 51 Whit rtspcmt to the above untlincd hn&m mu regtlke:rents,Om i'o1lowling suit goweta: 54 Crry OP MP.Ir WORTH 2iM e-'P L:apnrgm fbrefi7rwrara Crmrfu f-1 4't'ANDARD UW5TRJJ(-n0N SPEC[NfCAJ'10N FkWU 6NT!1 lO .,v n cvimcl J IIIitm y 22,24 16 007500-11 Sl1PPLEh9PNTARYC4NF]rF1U S llegq 4 at6 1 I. Where rL single ra iI'VOIl l Cumpr3ny is jnvalvad, the Contractor shall pivvide one insu'onw policy 1h 2. (W name of the ra11rcad compnily, Uownvc�-, if more Than Line grade 5apartitiotl or ai-grade 3 croming is affected any th@ Pro3ecl at anllrely pnralte 1❑raiians.oi, the lima cu. lirieu ur the sa ,no 4 ralIrand ccYmpnny,sePoraxto covemp Triay be tequired,.eadi in the limunut dated dhow'., 5 5 2. Where more dJia4 one to ffi-omd a rnpaaiy is dpr mfing tin ibe samB H912-of-way ni- where 4Qa crtil 7 I-Hilrond cuniTnmias are involy;M and np43rated on Ih& riwn sultrirate rights-a(-wa3y, tile-Canti-Wbr S. may be rcqulred to priwidu Nppm-atL,ias ranee pullcies' in I1rL mem%c aj'oR,;jj I'ail1-urid acumpaiiy. 9 1il 3- if; In Wdiliriati Io n s'TVLia repaTu din uraii at-g1ACIe arvs!�g, othiwr wtii'k or aadvitp is prapoNd-urn s l l railmird umripnuy'x ripY).ix nF rvay at a3 loca lon entirely separate fl-ow t110 grade sepum ion or nt- 12 grade aramIrig, In-,urnnco covtra ge#'or this work trutst br-inrlUded in the Polley tiavcritig the UW�3 13 siupai'atlan- I4 15 4. Irnu grade sepomfio❑ is uLvolvCA b3a1 oche. work 35 pa-:oposed on ai railroad compyny's Frrjlt-of- ib uray, all Auch outer wGrk ra q Ida rzovarrxl Ln a singlc:policy for that raj In -rtd, oven Thnugii 111L:work 17 mRy be at two or more mporate JoudlOrL3, 18 19 No wcalc or utotivities on a railroad compinny's prupLity to be porli6r911cd by tila Gu itmdur shall be gal eornmeocM LmtiI the Cgntrartar hsas liarriisltcsd IJje city with an adgin l pulicy iw pa11 ies 6Fdie insurance 21 for each ratilroad cam ran ted,nted, as ra quInd abuvo. All Audi is rmc inust be appi-Qved by tht)City and 22 atanh 95PE:1ed Ra[Iroad Company prior to the Conti-aa ar's Licginning work. 2-3 I 7A The Insul-a1nce.specihad above In LW he gloried WAII1 01 WWk tr3 lie OCfOln Cd 031 tha railroad rJgltl-of y,. 25 hAx bean c;ui] pIcled and th13 L,radc crossing, iFnny, is uo langer used By the-Conmwtor. In aadd[Iion, 26 lnsurancE TmLst lac carried clurb)g oT1 mai nicna iwu widlor mpa1r work porromted in the railroad right-of-way, 27 Sucli insuranco inuO hnruc the rrtilrcrad Ciom paq as the himi ed, tcget1wr with any T.CDil Lit or J$ ee ❑riha5 28 raiTraud camporty Opting over wacks-involved in the Project. 29 30 CSC-6,04.,11Praluer Schedale 31 32 Prolectschedul13 sha11 bt tier3-for the prajarn, 33 34 SC-COO.,"Wage RAW,;` 35 36 'Me ra lowing is that pee❑idling+wage taitc,tuble(L1)aigplicabic to this pvnjeel and Ls provided in the -31 Apperidixes; 38 GC—6.67, '201.1 Prevallhig fI4rge Rules(MgJrlvay cafe Heavy C.'orMstrudiart PIDjects" 39 40 SC-6 09,"Perinih and U1111ties" dl 42 5C:-6.09A.,'C untvaatoi,ubinIiied purm its.and 11ccn5es" 43 Thd thilawi119 are known penults 81141or Iicensas.rcyirircd liy t1sa Contrai~t to bk:acquired by the Cotitluctur- 44 Fru'r Ff orrh G'ftYsovet Ose Perjo it 45 46 SC:-6.098."C-ity obtttltied Pern3tts anr.1 1fiXI S" 47 The following are tttiown pa;nnii5 andlar ILxiim rtzcluhi ffd by the Contmot to be acquilt-d by tha City; 49 So SC-fr.00 . LIf)u#staTkdlrlgpertrtltsand Ijcukilns" 51 .fig' The following is ai list Of klibwll outstanding permits anNor Ilawwmcs .to N uvquirocd if fitly as of Pecembs., 54 55 Clu(stuadlog Pernsits.-oudfor Liutniws to lReAcqulred CITY 01?rr.)Irr V or—ri i .201h Cjji- tirair J2esr�i j;MF R�!Yiae(t1mLL7atV 2),;LDI6 073w-i SUi,i;l.L-ME} rARYCONDITdONs F�P,t 5 or5 OWt+1 R PERM Fr OR LIrWRNSE ANO LUCA7TON TARGET DATE' OF POSSESSION uIYQ A "None" "Nm&e I �Y 2 SC-6Jd.3., 11Titlo V1.Civil Righ ts Act of 1964 as amondA IOMITTED] 3 4 .5 5C-7.d12.,"CuordIiintIon" (ti 7 'I'Ise Ja dividoals or antitic.%listiad Iselow Have condrach w(ih 1hQ City for the petPormanoa of tiller w6rk at 8 list.Site: 9 Veudar Sao pe of Work Coordination Atrlho.rj r VDIFIT" I to II 12 qC-8.01,"C;0rRMUE&utions !u Guulrurtar" 13 14. L Nola T5 16 17 C-9.01.,"C'lty's Project N1anngei" I8 19 `he City's Prajou Iviarmger for Ihis Coy van Is brag RrAbinx. PE ar his=mcasor pyw5unra to Wrltten 20 mififissiinn rram tliL,Direelor of'CrsrnmPartatiom and Public Works. !l SC-13.03C,"'k'a[IF arrd rn.EpEctlorLN' 21 24 25 6 SCA6.01C.1,I'Mothodg.itndProcednres" 27. 28 "IYrnrp•• 29 30 31 .r- D OF SU,CVIOJ1 Rev1sian Log DATE NAME SUMMARY OF CHANGE CITY-OF FORT W{1R74 MAY Up Ci)f%Yr;0 ftrsrrnwflo+r C omw i 3 47ANID,iADCY STI;LICTEDN"WEMWATION T7MUMJ2N'i& RSV iscd Ir mwery 22.2016 toT30Q•b $wTHMEW AHY CON Li1'riCN.VS NYC 401 8 i! 96 r, r�f�iRT sC-9.#�, "iwt PrNeol Repibsarilal[W v ardtr�o.changvj to ILy's Project f4i�na�er. I I I I CITY'eI`rt&RT WbRTH =8 cup Cam's jossr,rurbar Ca1Nr�i�3 RvOwl 3miuury 2-),VI1ifi 01,7+4Y.3-I cLEMINU Page l Of JI I SECTION 0174 23 2 CLEANM J PAR 1 - GENERAL d 1.1 SUM MARY 5 A. Scelion 1ncIttdes: 16 1. Litermadisfie.and fituil elemiing for Work nox inclteding specie I cleaning of V1used 7 systems specii<iod e[sewhere R B. Deviations from this City nfFort WtNih Standard Speuifjcation 1. All rep mpad matef-1nPrJehr)s nurFst be haylad gJ9,10 e)xlfilablo dampite kvit`in duf ]b same rfay, 1 1 C_ Maned Spocificatlon Sections include, but am not.ne sserlly I[mited tit: 12 1. INyiSkxi 0—13idding Rcquiru Emb; CuntruI Form --uid C6ndilions of Him-Cwitraut 13 2. DIVi-Mon I —General RegtEu'errte11T8 14 .3. Seet[nn 32 9213 —Hydro-M PaLching,Seeding acid Sodding 15 1.2 PRICE AND PAY ENT PROC:I{;DIM S 16 A. fwleaMI'MOnt urtd isnyincM 11 1. Wait tisso€irited with [Isis Item is trnnsaderud subsidiary to the various Itema bid 1$ 'Na Jiieparat� 14yioc it Will be allowed for this In2m. 10 1.3 REF FRENG i^S [NOT USED] 20 1 A ADwr.0 'ITS skT7 vF,-. xoujREmuNTS 21 A. S.cheftling 22. 1. Solledule uleaaing opmdotts so that dust and other aantaminants disttw'bed by 23 616St1ljjg ptWesls will 11n('fall 611 M.Wly painted su€tbces, 24 .2. Fkchedule final UiOWiing UPOLI conIpletTan Of Work MId i nMrdiatoly prior to fil}nk 25 i mpcction. 26 1.5 STTB141=ALS [NOT USE,01 .27 .1.6 ACTION SUBDMT'PAL fM.?DI ATION $OMIT`CAI [NOT VWD 29 1.7 C'_LQSE�G.UT SUBAD- TI'ALS [NOT USE,Dj 29 1.8 h AWTC lAN E 11+>CATEMAL SU131Vll'I¢i'ALS INOT US.1 )] 10 1..9 QUAL=ASSUltANKM lI'1OT U,SED1 31 1_10 STORAGE.AND UANDLDiG 32 A. ts�yrtge onO HandlingRegtiimmunts 33 1. Story:cleaning products and eleiitiing w tes In contninur&specifiCaIly designed for 3 those materials. CRY OF FORT WORTH �OJR rjF C'Q+0cffM AF&MM)IOR i`OMae.r 6 ,�TANQ ;nCMMRucYi'11)NsWECIFIUATTON[IMI a A taiga . Ravind July 1.col I b174ZJ-7 eulG tr,4p-� 1 .1.11 FIELD ISr E) CONI}TT ONS [NO`!' USE DI 7 1.12 WARRANTY INOT U E+DI 3 Mltr 2- RRODUCTS el 2.1 OWNER-FU tNISFIED loFLI OWN1-l.lC�k+-SVr LIEDPRODUCT.'4 1 NO'r t)SMI 5 2.2 Mtl'E'ERIALS 6 A_ Cle ming Atoms 7 1, Compatible with aoa r.0 being gleaned 8 2. Now mid um=laivainated 9 3. for manlifactt - d stlrlaces 1(} a, Ev M611al ranornmendcd by rrimnuffiotui-vr 1 1 2.3 ACCESSORIES[NOT TJSTD] 1. 2.4 SOURCE QUALITV COMMOL JNOT USED] 13 PAR!"3- CUTION 14 M rNSTALLERS [NOT USED) 1� 3.2 R XAMONATION 1NOT US`ED� 1+ 3.3 PRUPARAT[ON 1NOT ITSED] 17 3A APPLICATION IMP'USTD-1 18 3.5 RE,PAIR I Il`_k STO A'TION [NOT USED] 19 3.6 RE-INSTALLATION [NOTUSKDI 20 3.7 FM1 LD tw] SITE QUALITY CONTROL INOT USED] 21 3.8 SYSTEM STAR' UP (KOT C SE01 72 19 ADJUSI'LKG INOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prr:vent a accLjmjalaali;an ofvvao ;hd mmtv hazardow condltioirs_ 26 2. C;ond=1 cleaning and d1.gposalopenitious to.cvrnply wi1b laws and-r'a&ty grders.vf � 27 governing authorities_ 2S 3_ Dn not dispDw of volatilt w$stes mpdi as miTir-riil spit-its,o€I o,-pain thinaor its 29 storm or z;rmitary drains or seweas. 34 i)ispose of degmdahIr,debris al Ara npprovz�solid wsstt±disposal site, 11 5_ DiVose'of nandegi'adah.le debrii ait an appmved solid w'sawdispu"I site or in aril � 32 aiirrnale mannca-approved lsy City arrd rvgulatoly agencies. CJ-1-VLI i-1aTWbRTIi ff�SUP179M M'NeRfVIJ4 1i'rir:mc�6 STAB DARD-com'I'RucmoN sFf-,CIF1CAT19KT100JMa4T3 k 015dU k+aVlae JWV 1,2011 41 7+4 23-,1 LIFAN N G figs�a4'4 1 6. Ea rid]o ma 6risls in a cuutr lIad munner with :ts fe►+v hRtidlings as passible. 2 7. 'I hamnghly clemi, sweep, wrtsh and pn[islr all Work and cgl1ipment a5wciriwd wide 3 t[.ii�! project- } 8, Remave al[ signs of temporary cnnsLt action sued smivities inoWnMI to construction 6 Q. Ifl eq� eet sq Iloi VIcalied to tht:&.16 aution oftlta City, the City reserves the Viet to 7 Itnve Ilie cla;lning cumpleted at.the C Bl ase of 1116 Cantractan 8 1[1_ Ilo m5t balm 4�n=site. 9 13, Iawviiediate CIeatiing during C uimmlctlori [U 1. Keep Wark aroas.clewi no as not ix) h.indor boalth,safety o1'c011VenienGe ol` T 1 peisanne-1 in existing fimi11ty opbi-atiO4P.. 12 2. At rnaxhtuiu weekly interea[a, dispose of�'mfc materltrls,debrls and rubbish, 13 3. Coufrnc cottsh u ion debris tinily hi sLi•ategicaily located conta.irtinr(s) 14 a. Cavei'to prevanI Wwhip,by winch Is b. Stare dela'ris away fl'onl congLrutrtion ar oplfrationai activities 16 c. t•faul 1rum site at a mirflmum oFtruce par week 17 4, Vacuum ale=i.nt rich awas w[ten ready to reoeM! fins pairX6ag. is a, Contintic vacuum cleaning on an as�needed bards, until Final Acceptance, 19 5, Prim-to storm events, thoroughly clean site ofaII loage.or time.cured items, which 20 my become-airbiwte or transported by il ow iugwater during t#re4a'm. 2J C;- Iuterioe Final Cle€lnmg 22 1. Rtinove grease., inastic,r4dhesives;dust, dirt,stall.#ingerpFhit.% labels ithd ctltea- 2.3 foreign materials from sighL-expuzed surfaces. ?A 2. Wipe all lighting fixtute refloctois, lenses, lamps'altd trims-eIcen, 25 3. Wasps and shine g?aziAg and luil7rors. 26 4. 'Polish glouy Surfaces to ;I clear spina. 27 5. Vflntiiating ssystenuq 28 a. C[oaa permanent filters ant[ replat�o dNpoaable filters if`units ►*rere uperated 9 during ccnstrnction, 30 h, Clean ducts, blOvw4!1P5 ar�d.c�ils iFnluu w opei tteti ithout iliac s3uring 3 I Construction. .12 6, i&place all hi4med nut lamps, 33 7. Broom clertn procoss area floorP. 34 8. Mop office a nd control room fioors. 35 U. Extedlor{Site rjr Righl of Way) Finial Cleaning 36' 1. RETnavc trials and tic1)ri8.t~011t8inbrs from Site. 37 a. 1Ze-s gcl Mrem disturbed by locrltion of(rush and debris containers in aacerdance 38 -with Section 32 92 13, 39 2- Sweep Poadway to remove aI[ thrice,pieces of asphalt, conctrft-ar aay other object 40 that may hinder dr disrupt.the flow of b'af-Tie 81ang the ruadway, 41 3. Dean arty interlor are zis EnckldIng,but scut [Ittlited to, vaull-s,rlrar11101es, Ell mew res, 42 jtmotion [oozes and inli4s. CrCY OT.-FORT WORTH �A1s rip L'AACrVW Revl?ralfem;L'awravi E STAND►xu I OM2 rRUCTE04Y SFFEl.MCA-r11-*MMMNU 10150 tte0wd July 1,2011 mq2-41 LtF-ANINO I'ago | ¥ if o� |ari rmgQi-ad C m6n[oil R brosion kdlfes�1111dLI Pona Fov 2 Cif ivinovin E-rordian controlfrom site. | y Cjan q igns. lights, dgna�S $ , 4 3.11 CLOSEOUT A(-FTVFfrES INOT-USED| � 5 3UPROTE,C-ffUN Or£SEID] 6 3.13 MAINTENANCE INOT gSED] 9 3.14 4TTArImIENIS |NOT USE # EMn UESECT ON 9 Rvm_ R DATE \&bE SUMMARY OF CHANGE 10 � c7Y U voAxwoRTH 2■Rr mAlvo m _w �k 13LTA&muCTwgFECIr£ mK DUQUMUa!� 103 b VIAdd 4Zgl15-1 PAVING RP.MOVAL PW I Qf 6 I ECTT011I 42 41 15 2 PAVINCT REMOVAL 3 PART X - FATr R AT. 4 1.1 S[TKMA-RY 5 A. Section includes; 6 1. Remo vigg eanc3'ete paving, apha.lt p1}vIng and brick paving 7 2. I mov11ig onile wtd curh and gut#,aa' 8 3. Rrstr uYh;g cuncretc valley gutter 9 4. 'Milling roadw4y pay uig 10 S. Pulverization of e4sting paymmA t 1 (i. Disposal of rernoy d nurterials J2 3. Doviatioils ftna this City ofFaA Warlh 5tundaM Spvolfic Lion i3 }. �:���'rtc'fUJ',�J���JI�'r�T1�c�rJCrrrbrrrrger�te�•a�rcTlr�r•pm�rr��'1tt�i�'[���'t��'�rk:�vu�. 14 C. Related Specification Sections incIade, but nre ncit nmas ..sat'ily !incited to; 15 I. Division 0- Bidding Requirements,Contr4cf.Forms; find Conditions of the Conti-aot 16 2. Division I -C anernI Requircerrwifu 17 3, S tinii 32 11 33 - Ccrntnt Treated Base Courses 18 1r2 PRICE AND PAVMT-L INT PROCEDURYS 19 A. Mea.wr1rient gird paytWui 20 1_ ivieaSUMTkorkt 21 a. Rtmave Corier'ete PaVbig: measure by Ilse sgaam yard froui back-to-back of 23 curbs, 23 b, Remove Asp huIt Paving; rrlr;mutr by tNc square yard between the: lips of 24 gntteT_S. 25 c. Remi3ve Bdpk P>avkig: int:asure by tbu square yard. 24 d. ]3emovo C"v.reto Curb unod Gutter; measure by the finch f KiL 27 % Rrlrl()Vt C01111feie Valley Gar .r; measure [?Y the syuarn yard 28 F, Wadgc:MiIIing; maaNure;by the:square-yurd fuo`varytrlg thickness. 29 g_ Surface Mi[Ibig: alvasum by the squwe yard for varying thioicneas. 30 h, Duct Milling: inessurad by the lutepr foot_ a 1 i. Paventeait Puly%ization; rneasuTv,by tIxc squam yard. 32 j_ Remove: Speed Cushion- measure by euoh. 33 2. Paymarlt 14 u_ Remove Concrete Paving: full w up uisation for saw uffing, removal, hauling. 1 disposal, tools,equipment, Iahovsad incidentals needed to eseeute work. ror 36 irtillt} pro'jewa,flits l xim tfjall be masiderad subsidia y it) the bunch 1111d na 37 other COMPC-.11N sllo11 will`be allowed. 38 b. eTTIuve'J Aj*all Paving: -rutI compensation For saw 4 uW111g, rerr ')YAJ, hauling, 39 dispi)sol, tools,agrjipinent, Iabor and inciden#ttls needed tee ex mute: work, Frar 40 utiI ity pFojects, this J teiu shed be conuidetwi subsid iaty to t11C trench till rur 41 ether com pc:nfffien will be aIIc wr(i, C'TY Or FORT W )RTR '2018CIP fopm-ek..AmomvwNrar C nIjY q 3 5TANDARJ]CONSTRUCTION SPECIFICATIONR4CU N 10IM7 R vaaecI Pehruhry 2r 20J6 PAVmtr RP.M0VAL Fake 2 yr Fr I c. Remove Brick Paving: N I I rolaPi saiiorl for naw clllti6r, rsstttraVal, snlvaging, 2 aleaning, ltali I Ing, dispa"l, too Is,equipment, labor+iIoil h-icidwitals needed w 3 execute wo l-k. For utility projccis, this I(= shall ho c ors ide,rW SubE;irliary tE) 4 the trench nzi� no olliex calnpe .gation will be P.-IIo wed. S d, Iteniovs:tworfe:z'ett Curb aad Gutter; Ball compe a.tion for saw cutting,T;rnoyal, 6 ItauIirg,disposal, tools,equipment, labor atld-inoideritals aeedW to:!xecutu 7 world, Foi`utility projects, this Itern shn11 bo considered subsidiary,to diu 0 mcli 8 And nu ctImr compam9mion will be allowed. 1) a. Remove,Cartcrete Valley Gmiter- full c�=juemsation for saw cutlin& rrmQv&l, Hi hauling,€lispusnl,tools,egEFiPment, Mw and Itic iderl to I s needed to execute 1 l work, 12 f. Wodge Milling: fulI cgmpen��fion for rill milling, hali Ifng m died nnate rial to 13 safvagc stogkpila ur dispasul, tools, Iabor,equipment and incidnnlals rtc�--essar to ea€.e0LLt13 thO Wgrk lr g. SurfhoeI++liIIing: dill comfmrisation-form[ irdIIing, hauIingmilled inateri.al to 16 saltrage Stockpile n5-disp6,W, tools, labor, equipment aad ineidenmis necessary 17 R)execute the Work, It h, Butt PV1iIIing, fLll[ Can113iiisaLiOti for all nii1fillg, hM1Iillg rnrlled Mtf-'LiAl tb 19 salvage stackpile or dispkvA w6ls, labor, equipmont and I»cideutals necessary 20 to exaNglw t1117 work. 21 i. Pavernunt Pulvej`i atian. full cornpEans4tiun for ull labor, material, opipment, 2.2 tools aad inctdenta[s n essary to pulverize, minnye and store the pulvurired � '23 ruatorial, undercut the-base, ntixirig, cionipaction. hard off, mvt up, omd dispaga 24 of the undercut nmterial. 25 j. Remove spend cushion; full compermtiou for removal, hauling, disposnl, 26 t+iuls, equipment, labor, and [noidenfti s-naeded to execute flit wcwk. rot`utility 27 projects,this Jtam s}rift I tic oomideiv-d sEEI rsidiary to the tmmh Enid no nlhee' ' 8 cornpenswion will liv LLilowcd. 29 k. No payrnetit for;3mw cutting ofpayumunt or curhq mtd guttdm will rnE lila_ 30 tinderiNis.sectinn. rnolude'Bost of Lwah worlt in unit pricesfbi- iCum; Ii�tM its 3 4 bid form r uirin ff saw cutting, 12 I. o paymeiit wiII be made fnrwork outE;fdv iniaximum praymunt Ifmils indicated 33 on pltini, or for parrerrments or goiewi'm removed for CON T>tAurom" 34 couvenience_ 35 1.3 REFERENCT,S 36 A. AS`l'rlrl Ttilerrtational (ASTM)., 37 R, D698, Stand-LiM'rest Wthods for i aboraw y Compaction Chm-acteristirs of 38 So11 Using Standard bffort(12 40D t=t-ii} M3 (600 kN-Trrltn3)) 39 I.4 ADNEINISTRAT. RL QUERL�IVII:NTS [NOT USED] 40 1.5 SUBI4II717TALS (NOT ;USED] 41 1'6 ACTION tl11 ITTAIS}IN T,OIi1VIA'I ZONAL SUBIYT=ALS I NOT US]U)1 42 L7 CLO-OUT SUBNIITTALS INOT-USE D1 43 1.8 .AINTENA NCE MATE'RLA1.SUBI; rF TAIL9 [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USE4 'J«] 45 1.10 DELIVERY, STORAGE,AND HA IVF)LING [NOT USTDJ CTTY by I m,Woul-1 208 UP caw+ AffnbrWUJan rwa lovo 1 .,;TWDAREi SPW1FICA'P0N FKIMI m:NTS 101587 Rculsad Phi ki"2.X16 0241 li-i PAVNG! r OVAL 1"oge_1 bi•6 � 1 1.11 FmLD CONDITIONS (NOT U-QL D] 2 1.12 W&RRANTY CN( '!'USKDI 3 PART 2 - PRODUCTS 4 2.1 t')WNE R-FURMSEIRn PROUTICTS INOT TI D.j 5 2.2 I QUIP1MNT JNM €SED) 6 2..3 A.twC.ESNO1tIR6 [NOT VSV.Dl 7 2.4 SOURCE QUALITY CONTROL SNOT USED[ J 8 PART 3 - EXECUTION 9 3.1 FXAIl+HNATJON [NOT USED 1 16 3.2 WSTALLERS ENO T USED1 11 3.3 PRF FARATION 12 13 1. Mark paving rawovsl IirnlU for City appt-ovftt pj for Lo beginning removal. K 2. Identify known utiiitiesbetow gi-�Ik - Stxku Itud Hag lo';tkiotl-,, T5 3.4 FAVEi411ENTRENLOVAL 16 A_ General_ J7 1. Cxerpise caution fir itti11irruxedamagc to nndc�°gtvuiid utilities_ 18 2, ' iuimizz amount of nat't.li removed. 19 1 Remove paving io ueatly sawed joill s. 20 4.- 'Use enI--Ta prevent fracturing&d,i#tmL,"isting pavement. 21 B. &twing 22 1, sawing Equipment. 23 a. power-drivari. 24 b. IvlanufflGhl M I fOr H16 put-PtPse of saNvi.ng p&ement, 25. c, in guod-upt~rriting conditiGn. 26 d. Shull net t;pr11I crr fracture(lie pavement stt-ttrWm adjamit 10 the retnoval are€t_ 27 2, 5BWout perpendtoular to the surface to f it]1 pavememl depth,para[to I and 28 ptsrp'endicular to existingicinL 29 J. -Swwcut pmIliol to the origitral m cut.in squeue Lw r.perafighW f'aslkn. �0 4. 1Fai sawouL FaIls within 5 feet a?rLn en exisiiiig dummy joint,coil skru ,Hurl iol1iE,'sa►v 31 jgint, cc,Id jcristt,e"tudoij johit, edge of paying or gutter Iip.rumave paving to that 12 Juii t, edge.or lip; 33 5. If a payumear edge of a tmt is d-magrd 4ubsequent to-saw CuttihS, u w-ta a new, 14 neat,sh'ai4i Iiue Idr thu p1Arpow of Muloying the dainagod siva. 35 C, Remove Conemte Paving and Con 1lulley Cluttal• 36 1. S�iweut. Sae 3.413. 37 2. Remove eonurate to tht�n�w.ot expansion joint or vertical so-r mL C"Gr f ORS'Wt7RTH 20fR K7P C-GngWre R&AMWIMCM,?WU J STANDAADLONFS'� UC.-7CIN.WKs FrEr.ATION00CllEuO{{'� `btm Ra v'isvl!?e"2�2Q 16 I��dl i5- 1 PAVING REMOVAL 1 D. Remove Call 0role C aril and Gutter 2 T. Sawi,=. Scre 3.4A. 3' 1, Minimum fimits of temovel: 34) incites ill Ierng il, 4 E. Remon AVIvilt L'a 019 5 1. S wetJI. See 3*13D G 2. Remove pavement withoul disturbing the baae mrtlurio1. 7 3, When shown ort dte plans or m diretrted, stQokpiW mate-l-ials dell gMted as It L'.fllvaLeasle at designated sites. 9 4. PNpar�.tools}wile area by removing vegetation riml U'Ls i and by 1aroViding for ( propur dra'atage, II F, ivlifllny, 12 1- General 13 a, Mill surlfaues to the depth Ainwn in the platys or its dimoted- � l4 b. Do fiat dR»1rlge oar(Iis#igpr£adja w.nt Wnrk of existing surface improve m13ntq, l 5 e- if iniIIiitg cNposes smooth tinricriying pavewalat s11Hflces, mill the smouth 16 surta;,e to mitke rough. 17 d. Provido safe wrap€rt iry Iran.4ition where vehicles or pedestriRtji mtlat passt ovor 1.9 the mi I loci edgim. 19 c. komovc excess mi terial and clean milled stwfioos, 2.0 f Stockpiling ofplaned inate iail will not is pot-initfed whhin tl�e-right of way '2.1 unle.�s apptovtd by the City- 22 If the existing base is hick and canmot he milled, rernbve-a 3 foot width of the 23 existing brick-base. ,see 3.3.G. fbr brick paving mmovaL D1 2- Milliikg Equipment 25 a- Powcr opecated milling machine capable of removi rig, in cent; pass na'two 26 pjis5es, thv necWWWY Nvembui thickness in a live-foot ininimlirn width. 1 27 b. Self propelled with suf iderd power, traction aind 914hility to maintain accurate 28 depth of attt and slope- 29 c. E,gnippod with ail integral loading and reclaiming mea wn-ro in'tmaUam y+ 30 rairinvc tfuitci`ial cut f'i)Dni the Sari-ke of the jwdwaiy up d&Iiarge the cuttings 37 hito u fi-ucic, all in one npeintivn. 32 d. EWipped with 1ne.Rns to conti-nl dust et eWi by Hit:cutting.action. 33 e- aluipped with a mantial system piDvi>€1ing for uiliforinly varying the depth of 34 c ut whip the maubine is in mot[on wakirig it passible to Out 11ush to al I iideb, 35 M13tilloles, or othar oI�strlwljaris withiai the paged area. 36 1. Varia bIt Spead in order-ta It%nvc 111e specified grid pattern, 37 g. Equipped to inindmica nirlx)[IiXori. 58 .3. Wedge milling acid Surf` ce Milling 39 il, Wedge Mill existing aylialt, cotioret€s or brick pavement firom the lip oaf gutter 0 a] a-depth of 2; incites Lind ti-ansitioiting to niatch Ibe exishiig pavemaitt(0-inch 4.1 cut) at n minimum width off 11100t. 42 b. SWrface M i I I existing asphalt pnver= nt IotllP,depth R1iwiIwdx 43 c. Provide a in1Bed surrRt;c Iliac provides n uniform qurract:ti.re Frgm gouges, 44 ridges, oil {i Inc, and gthjer inipertbc;tigns of wQrkmansihip with a uliifortn 45 toxttired appeal:am7 e' {:STY OF 1r0RT W01tTH 2018 CIP{'j;uacrek-RojUvralkwi{'unfovio 3 5TANDARDC]OPaSTRUCTION9P IF1CATIONl[K) UMPNTS R*Wj.Wd]cbneitry 2.Mf 6 A2'11 IS-5 PAVIKI REMOVAL IxAge i t}t 6 t d_ In >3tI situations whero the existing JIMA.C. surface contzmts Ihi�r3Iarh tape+tho 2 wedge milling itic lodes die min oval of the-exist.ing aisphsll covering the gutter 3 up to and aloe& the face ofturb. 4 e, Perfarni wedgo or Rurfsce milling operation 1n a contifltiuus lna nner along butli 5 shies of tiie street or as ti.irecterl, 6 4. Mitt Juira Milling 7 r1, M111 but joittta into the exist[n&-surface, in aasociatiorl'with die wedge milling � U}7�i�tialx. 4 h, 13W jaunt aril;pro ide n full widlh ti-amitiniL section rlud a eorlgfint depai at the It} Point where the now overlay is teruiLute& I 1 c, pier] ifiea(ion s ror b Lilt jnfnts arc al all beginning and ending points of streets 12 where paving rnatlrrtririI is removed. Prior to Ilie milling of tile butt joints, 13 oaasult with t116 Cfty fov proper• Irrcation-aild [units' of Ihcse joints;., 14 d. Butt Dv1 iHud joints ale required on both sides of all railroad tracks and cancrpto 15 valldy gutters,bridge decics and culverts and all olhor ;terns which trans"uon 16 the street irrid and thl3 coirtinuity offlICASphrift stlrface_ 17 e. Make dads boli johit 20 feet long and milted out,;cross the fLdl width of the 18 street seetinn 10 a Mj'ica.ed deplll of inch, l9 F. Ta par tlle milled area within the 20-feat to adop i from 0-inch to 2-fn*h-at a 20 kith adjacent to the beghining and cading points of ir1Wrmcdiltte tr4tl,"nse- 2 1 items, 22 g. -PrGvWe a tempontry wedge of asphalt at:alI bla tt jahiu to providt a smooth ridta 23 over the blimp. 24 0. Rcmove Brick Paving 25 1. ern ve rassonry po4ig units to ibe limits specified on the plum ai'3.5 direeled by 26 the City. ?7 2. Salvage existing tsricks far re-Irse, t-,Wii, palletize, and deliver to the Qty Stuck pile 28 y81A at 3300 Yutng Street or as dilTnli - 79 A. Patvttnent Pulveri tlan i I. Pulverization 3 I a, Pulverize the exiN ing pay=tnd to depth of 8 inches, See Section 32 11 31 32 b. Tetnpoi-achy romovo 9Lnd store I he 8-inch deaf r,rilverized ,iinterial,then Cklt the 33 base 2 imhc_q. 14 c, Stott 2-itir_i hose cut-at ii depth of 9 inches from the existing puIVurized surrace. 15 2. .Cernent Application 36 nv IJse IS% Portland cement. 37 h. " Section 32 t 1 33. 38 3. Mixinag, see 3ectii�» 32 I 1 33, 39. 4. Comps rutfon: set Section 32 11 33, 40 5. ,I~iuishIng;see Section 32 1133. 41 & C kiring.-aee-Sediorl 32 1 f 33. 42' 7, If the existing paveniewl. him a cornbluation of 11l inches ofI.LNiA.G. and croshLW 41 statlelgravel;. d14 a, Unde;zut not i Uh-ed 45 b. Pu]verize 10 it di"deep, 0 'e. Rarftcva 2-fsich the tote l pulverised atnount. my CH,I�u[(T WORTH -20M CIP C&wrr.e?e Ar-fforaffrkr Cortr[dj-3 8 TAKDAPJJ CCh15'rF[UMON SPTC7FICA_nOW CUIw'NT3 1115V RavlDPd Fcbf y 2�2151 fi 07i1 f5-b PAY]Nti3 FMOVAL 114p6(if 6i 1 �. R�mnv��a�ee�cr�sl�€an � 1. 5�'a}xti oa•sa+r�cu[ s�co�t;ushioni'rorrt existing���ver+�en[ ithoi�t d�mrtgitl�cxtst�ng d 34 € EVATR [NOT [USED] :5 16 RE.-INSTALLAMON [ OT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP r)� H 3.9. AMFUSTnvc [NOT CSF,J)� 9. 3.10 CLEANING [NOT L1. ED1 10 3.11 CLOSEOUT AcTimuos INOT USM' 11 3.12 PR OTI;MON [INGOT USED] 12 3.11 nATNTENANCE [NOT TISED1 13 3.14 ATl'AC'l-UVT.NTS [NOT 13SED-I l5 R"iflloll Log DATE NAMF SUMMARY OF CHANGE 121209,012 D} lD w-pTi 12A—mo&fled paymom t ulr6monts,an ut[1[ty.prpjcas- i V20016 P.Or{ftin 1,..A;2.b.—Femavcd dupliotc Usti yap[ . I 16 CITY OF FORT WORTH 2016(7p C.ow.mfe 1-0er=?.kurnrr Co a orr� .In ,rA 1DART}CONSTiti;CT1C1N SPECITIK:ATION DrICUMENTS 101587 Rc.viged Fahruiey2.N16 32!kl 19-t. IWIMIL PLACEMIENI AN1a F1141SFIIWi OF PARKWAYS- 11jigs I of 3. 1 SEP CH ON 32 9119 2 'IYO S TL PLAt-7.MMT AND,rLN1SI (T CIF PAE .KWAYS I I 3 PART 1 - GtENERAIA i 4 1.1 SUMMARY 5 A- Section Inclvele& 6 1- Furnish e,id plaou 1oftoil to the deprhk and as then nic�as shown nn the L)a'ii il�gi. 7 B, IDevla#ions from this CIty of lFort W oil]i Standard Specifigalian bacAflff bMind Fire a urb, d?*or + . ,ricfv i va1ks, ADA x'umpff, earn 9 wilh{rx rl f) �{rryr r or�r ih drrf rh +crrw r'Ir is Coluplater1 16 C, Related Spacifiention S.m Honq fncludo but are ntil ne sFn ily limitad to I 1 1, DMsian 0- Bidding Roquirmiieiits, Con LrEtct Forins, nit{ C'.onditir,i,s of the Contract 12 2. Division 1 -0cmural I e1uirelnents J 3 la PIUCK AND PAYMENT PRO EDCIRF 14 A. -Measuivment and F°aynirAer JS 1. A eAvireme-nt 16: sp. Measurement for th6 [Wni sllall:bo by cmbhr -yArd ofT6psoiI in pl-twv. 17 2, Payment 18 s, The work perferrrmiud and 1riatcriLIB t'uxnlslle:d in nfcomlanae with this Itcm and 19 r m9ti d a provided under"30maurument"will be paid for&t 0tt unit prim 20 kid per cr*bie yanJ of Tupsoi 1. 21 b. A II exc�uvation r'egriired by this Item in r.nt woIIwis shalI be mms.twed in 22 accordance with provisions for tF a v#rious items involvad with the 23 pro vIsion Ehst excnvatie}n will be i neasured and paid for once, regardless of 111A 24 mallIpulations involvtd, 25 3, The price bid sliali include: 26 a. Fwvishing'ropsoil 27 b. 1-;oR6i{ 28 c. Hauling 29 d. p1twing 30 1.3 Ria,f'ERENCES INOT USEIC1] 31 1A "14'IKISTRATTYE REQUIREMENTS [NOT USED] 32I. LC"TIDI sot I+ T rAl INOT USED] 31 I.6ACTION SUBIM I"rALSANFORMATIONAL SUBMI'E`I'ALS INOT USED1 34 1.7 CLOSEOUT S UBMITTAIS [NOT USED] 35 l.N A f][ENANCE MATERW, SUBMIT [N07'U MI 36 1.9 UALiTY ASSURAN CF [NOT USE II1 17 1:.10 DE L1VMY,.5T0RAGE, AND 1.IANDLING I OT USFD1 3 1.11 +F ELD I8fffl CONDMONS [NOT USED CUT C112 FORT WORTH 20)N LY?Cam-reiv Pmrl JrWupr Cjurrl+wo 3 SI'ANDARr]CONS7'14UC' 061 SPECIFICATION DOM)MEtIrTS M154? Ftffviscd�.7cxlnhrr U,2U13 3zffr 19-2 TOI"S{]JL 14LACEMJ=NR AN1)FIN]SHLDW,011 PARKA AVS I 1.12 WARRANTY SNOT USED] PAWI' 2 - I'RODUC'T5 .. Z.j OW NEI R-FTTRNISH ED 1+yRj O R7 FLIE-I)PRODUCT [NOT 10SED'l 4, 2.2 MATE, S A. Topsoil G T. Use cmdy culllva3ted, Fertile tap9nlI than: 7 H. is free fivim € bjca lonable ma WiriI hwluding subsall, weeds, c[ay Iumpsi mn- S sail mat;dills, roals, stamps Or Anties Iarger than 1-.5 inrhe-.w 9 Has a hiig4 resistance to crusion 10 c, I.5 able to suppoTfi plajnt [OroWth 11 2. S arc topsoil from nppi-oved Y)1.1rus. 12 3, Topwil is sul.iect to tutil-ing by tftc City. � 13 4, pH. �.5 to 8..5. 14 5, L. quid.Limit- 50 Ill. I01s TS 6� PlasttcityIrrdex-. 20.oi- les3 16 7, t31mdrrtion, InnXI'MUTT1 or 10 ptromit passing Nn. 200 sieve � II R. Water Cloan rind fi,pw nP industrial wastes and oillur sobstaik= huniful to the growth � is of vegetation ig 2.3 ACCESSORIES [NOT USED 20 2.4 S90VRCE QUALITY CONTROL (NOT USED) 11 .PA.Wr 3 - =x CUTION '22 3.1 INSTALLERS [KC1`l<' USL:U1 3 3.2 E AMINXfION IN(Tf ABET]] 24 3.3 PREPARATION {1 NOT USED] . 5 3.4 -INSTALLATION 26 A. Eirlishiog of Parkway's 27 1. S11-Joathly slinpe park way:; shQuldi�xs; slopes, arld ditchcs- 8 2. c;ut prkways to Finish grids prioa'to the placing of imy irrrprovemCats in qr 29 114.1HOCH(tO the madvpq- 39 .3. 1n the event than ulm[tabki m sterlal for parkway c is encouniered, extend tbc depth 3 T of mavation in the pad(wa yq 6 inches and bacltf"ill witil top soil. 32 4. 1Aalm standard imrk uy grade prmpendictItar to slid drainil19 to the cul-b line. 33 x, Minimum- 114 inch pc:-foot 3.l b, Nimimunr: 4.l 35 c. City finny fipprove vadat ions fTQM Ihcse rdgIIiraments L1 sper,iA cilst"s. 36 5- '-Whcriuvor ffie Aja62'clj1 property is lower tholl ilie deign curls grade And runoff 37 drains nway Frain Ilse:street,the parkway �af1c must lie set level with ill top ufth. 3# ourb. 19 6. The dusign gi�ade from the pJ;rkway extc ndt;io the brick of the Wv Ilk ling. CITY OF FORT Wadi!-t MIN UP Caom w f&srw+4l an CaNhv d.? STANDAW L'0M-PRJ.JrrJ l0N SnECMCA-10N D0r-Utwf-NT-q IOmY RgVI A MUnMhar211,2012 32JI N•a TOPNOILPLACEMI; 1'AN1)J-1Nl,FHF GofPARrwAYS Ppm a flf l 7, From that point (behind themalk), the grade may.stops up or dcWWEttMaxhnuin .2 slope of4:1. 3 B. P1_acing ofTa aiI A 1. Spread the topsoi I to a mitorm loom covcr Fit the thicknegE specified. 5 2. Place and MPape the topsoil as s imutud. 6 3. Mind rake fl ish a ininimum arS Piet 1'1-on1 all flatworlc. 7 4, 'I'ump dif; topsoil with a light rpllo'car othO suitable-equiPment, 8 3.5 REPALRIRESTORATIO j [NOT USER) 9 3.6 RE-INSTAL.IsATIO NOT VSEDj to 3.7 FIE,LD QUAIXVY CONTROL INOT lJ8F-D] 11 3.8 SY3'I'>GX4'9(STALL` UP [NOT USED 12 3.9 ADJUST`[G [NOT USE DI 13 3.10 CLEAMNG [N0.1- USED 14 3.11 CLOSEOUT ACT WiTIES [NOT USE DI a 3.I2 PRO'l`EMON IN OT tsymj 16 3.13 M .NTENANCE [NOT IFSED] 17 3.14 TTAG'HMTE'NTS INOT USED1 18 END OF SECTION 19 Rzvisifln Lpg DATH -NAME SEJMMAR`!OF CHANGE 20 ell'Y Cl FORT WORTH ;W.$CFI+Lmprrrm rue m"Wm cWth-Ac'l 3 STANI)AIW[UN�h rrRlIM6V SPP,CIFICATION DOCUMENTS 1015V R¢ejNrd Dcmn15cr20,2El12 AtTACHfi1-NT 1A Fom'WORTH City of Fort Worth Minority Business Enterprise MBE SubcontractorsISUppliers Utilization Form OFFEROR COMPANY NAME: C 4apk®pplroahre h10G11#o da&Ur bo Offeror PROJECT NAME: "W D82 NDPJ-MMILIrIE 2018 Concrete Restoration Contract 3 R IT)DATE CILY'or MSE Prwjaot Goal; 0ffQD3rdy M13E Prejecl CawkwitruU31'. pl{{JJE T iJu 10ER 9 11!0 1!G 1131587 Identify Al subcontractors/suppliers you will use on this project Failure to complete this fom), is Its entirety with r�quested documentation, and rerA�ivod by Vie Pumhastng Division no later than 2DO'p.i-n. on the gernnd City business dad+-af eF bid opening, emltaslye of bkd opening data, will result in the bid heirlg cansldered nun-r�sparisive to bid spe4ificatlons. Thy underslgnnd Offefor agf es to enter Into a formal agreement wilft the AIDE firms) listed in this utilization schedule, nondiflonod upon exermlon of a contract wflh the Uty of Fort WoAh. The Intentional. and/or knowing m1srepresentatina of farts Is grounds for consideralton of disqualification and will result lit the bld bEinq c:oriside-red non-responsive to bid spe8IFlc,;itlons. MBtrs listed toward weeting the praloct goal must be located lrt tho six (6) county marketplace ar the time of bid or the bualriess has a SlgnafJoant Business Proscnce fn the Marketplace, Marketplace Is the geo�ra} Wc. area of Tarran t, Dallas Denten Johnsen Parker anti Wise rvuntles. Prilme -contrtictars must Identify by tier level of all subcontnactors/s;upptiers. TJer means Me level of sub(;antraoting below the prfine conlractorlconsultanl I.e_ a direct payrrlont from the prime contractor to, a stabcontrantor Is-considered 1" liar, a payment by a subcontfactor tip its supplier is comMdered 2nd ti)r, The prin ie contmr,tnr 18 re.5ponsible to provide pmof of paytm3nt of all tiered suhcontraotors Identified zis a WE and rDunting t.ha�e dial lars towards meeting the cont-act r.:ommitted goal, AI_L MBEs MUST BE CERTIFIED SEF0RE CONTRACT Al ARD. Certillcatlon means those rioms, iocated within the Marketplaco, INd have- bearE determined to btr zi bondafsde minority business efiterprl&e by t[Iu Nor II1 Central 1'axas Ri�gIorral Gertlflcatlan AVnoy (NCTRCA) or c4her Wrtlfylrlp agencies Mal 111�-city may darn appropriate and accepted by Ella City of Fort WOOh. If halrlIng serviiioes are utilized, the"Offeror will be givetr credit as long as die MRE listed owns and operates at least. one frilly licensed and oparatinnal truck to be geed on thEk contract The MOE may lease trucks from another UE fimx, including MBE owner-operated, and recelve full ME credit. The MBE may ;ease trvc#cs from non-MBF% IncludJng owner-01'eratedr but will only receive r:redlt for the. fe.eR and cornmissiorts earned by the MBE as orltlined In the is .agreement. ToRTV4OIVI`H nTrAr.HmF-.Ni, iA Nip 2 of d Offalars are reqW* 10 JrjGahfy A LL sub❑on'! rp!gardiess of stetua, Le_, Wrariky,end riori-MBEs_ MEE fimis afe to ba Wed firs r,we addrtlonal stHma s I F ne-0e�§sety_ Phase nat4 that Only certl[led IMP Es will W-couTited ZG meat an MEE:gcW. NGTRGA N SUBCONTRACTQRISUPPLIER to Carrrpany Name T 0 Detalt DgIall Address J 5ubcontracUng 5upp11e9 Dollar Amount TelophoroORix e g Work P�i'c asad 1*MCM f E CunFacl Person J f' ❑ LI Flax WIW 5 1{01� aTTacHbnFN0 1A pag43:1 al 4 f]Herars area feglHfNI to ideality ALL sub-corlUantersAuppllere, mq@rdless ar ainlus; 1-e-, Mfnnrily Sand nond4BEs- MBE tJmis are to W J15�Hd first, IJeP�addl.t[Oriat sheets It necessary- Pieaa�rota Thal only'ceriilfied MBE8will be eoantal to miget Sri M Ell E gonl. N N�Tfi�1� 5tJ13CiIJ+TAACTOWSUF�aPt FE ki Company Nam 7 11 J301all Detail Addrese I M W Suhr-ontracIIIII19 Supplfas Dollar Amount TetephrinelFflx u a a WGrk Purrharind Email F F Carllact RDrson E u El 4� Q 17 I— i�ev,��10�15 i'C1E f V OttTf! ATTAC-HMENT 1A IrT Pirge o! Total DolIarAm6unt of MBE 3ubcorrtractorslSuppllPars TotDI Dollar Arnounl of Non-MBE SLlhccntmcfars/Suppliers TOTAL DOLLAR AMOUNT of ALL 8 USC0NTRACTORSISUPPLIERS The Offeror will not make additions, deleticri4, or-substltutioris to this certlfled list without the prior approval of the MInodty and Women BuslnosP,' Eriterprite Office through the subm ttal of a Request for Approval o haingelAdafitfon foft_ My unlustffiod charr.gla or defefton shall be a rnateriaf breach of confracf anti may re8ull In debnrmeni ire accord with tltirs procedures outlined in the ordfrlance- The Offeror shall submit a detailed explarrallon of how the raquested changefadditlon or deletien vvlfl affect the committed MBE goal_ if the detail explanafion Is not subml#ed, It will affect the lifnal corripIIance determinatlon. By affixing a signatum to. thla form, the Offeror further agraes W provide, directly to the City upon request, rgimplete and accurate Informatfun regarding actual work perrarmed by all subcontractors, Including MBE((;) and any specfaI arrancgernemts with MBEs. The Ot�erer also agrees to allow an nudh andlor ex-amlinatl4rl bf any boo", records rand files held by their company, The Offemr agre'es to allow the tmnsmi ion of lrr#ervlaws with owners, principals, officers, uitlpkiyees and applicable subcnntractorslsuppiiers pnrtioipatfrig on the contract thal will substantlate the actual work performed by the fu16B(,q) nn this oDritract, bV an authorized officer or emplayee of the City. Ally IntantlonaI ariWor knowfng misrepresantation of facts will be grounds.for term Inatfng the contract or debarment from City work for a PPdQ f of not less than thruv (3) years aria for initiating action under Federal, Mato or Loua[ laws concaming false statements. Any failure to comply with this crdInarice Creates a material txreach of the contiract and rnay- result in a determinatfcn of an IrrespansIble Offeror arld debarment from participatlnq In City work for a period of Ume not lass than ane ('I) yi?ar, AtAitorirad%pWura Prilirad�rarnalur6 TIM? Comae[NaniW711a jai drt#s renl) C umpAny Name Telaphans andjar Fax Addrsso E-mnll Addres% (.t1WS1atWZ1P Data QD1113-1 INVITATION TO BIDDT'RS Page I oft 1 SECTION 00 11 13 2 IWITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of 2018 CIp Concrete Restoration Contract 3 will be received by 6 the City ofFort Worth Purchasing Of 7 lee: 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street I 1 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,February28, 2019,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: 5,580 SYconcrete removal and up to 17 8"HES concrete pavement replacement, 10,063 SY concrete removal and up to 8"non HES 18 concrete pavement replacement, 3,9II SYgeogrid stabilization, I,304 CYflex base, and 300 E-4 19 ralsed pavement markers. 20 i x EQUIDLIF.ICATION 22 The improvements included in this project must be performed by a contractor who is pre- 23 qualified by the City at the time of bid opening.The procedures for qualification and pre- 24 qualification are outlined in the Section 00 21 13 —INSTRUCTIONS TO BIDDERS. 25 26 DOCUMENT EX,ff-K TION AND PROCUREMEN!'S 27 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 28 of Fort Worth's Purchasing Division website at ht ://www.fortworthtexas. ov/ urchasin and 29 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 30 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 31 suppliers. The contractor is required to fill out and notarize the Certificate of futerested 32 Parties Form 1295 and the forth must be submitted to the Project Manager before the 33 contract will be presented to the City Council.The form can be obtained at 34 httys: w.ethics.state.tx.us/tee/1295-Info htm. 35 36 Copies of the Bidding and Contract Documents may be purchased froze: N/ —Documents may 37 be downloadedfrom Buzzsaw at the fallowing link: 38 39 htt s / ro'ect olnt.buzzsaw.com/ortivarth ov/14dvertised/101587'%20_ 40 Vo202018%20CIP%20Conerete°Yo20Restoration%20-%20Contract%203? ublic 41 42 43 The cost of Bidding and Contract Documents is: 44 Set of Bidding and Contract Documents with full size drawings: N/A 45 Set of Bidding and Contract Documents with half size(if available)drawings: N/A 46 47 48 PREIRID CONFERENCE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Concrete Restoration Contract 3 Revised December 22,2016 101587 00 11 13-2 INVITATION TO BIDDERS Page 2 of2 I A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 2 BIDDERS at the following Iocation, date,and time: 3 DATE: Thursday,February 14, 2019 4 TIME: 9:00AM 5 PLACE: Transportation andPublic Works Department, 200 Texas Street 6 Fort forth, Texas 76108 7 LOCATION: City Hall, 2ii1 Floor 8 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 FUNDING 14 Any contract awarded under this INVITATION TO BIDDERS is expected to be funded from 15 revenues generated from bonds and dedicated by resolution to the work under this INVITATION 16 TO BIDDERS. 17 18 1NQ1UIItIES 19 All inquiries relative to this procurement should be addressed to the following: 20 Attn: Greg Robbins, PE,City of Fort Worth 21 Email: gregory.robhins@fortworthtexas.gov 22 Phone: 817.92.2333 23 > 24 25 ADVERTISEMENT DATES 26 January 31, 2019 27 February 7, 2019 28 29 END OF SECTION CITY OF FORT WORTH 2O18 CIP Concrete.Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 22,2016 002113-1 INSTRUCTIONS TO BIDDERS Page I of 9 I SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1.Bidder: Any person,firm,partnership, company,association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2.Nonresident Bidder:Any person,firm,partnership, company, association,or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalifled(even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1.Paving---Requirements document located at; 40 htt s:// rojeet oint.buzzsaw.com/fortworth ov/Resources/02%20- 41 %20Constt-action%2ODocuments/Contractor°/a20Prequalification/TPW%20Payin� 42 %20Contractor'/2OPrequalification%2OPrograni REQI ALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2.Roadway and Pedestrian Lighting—Requirements document located at; 46 Litips.//projeetpoint.buzzsaw.com/fortworthgQV/Resources/02%20- 47 %20Constraction%2ODocuments/Contractor%2OPra ualification/TPW%2OPavin 48 °%20Contt-actor%2OPre ualification%20Pro am/PRE UGLIFICATION%20RE 49 UIREMENTS%20FOR%20PAVNG%v2000NTRACTORS.PDF? ublic CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101581 Revised August 21,2015 0021 I3-2 INSTRUCTIONS TO 13IDDERS Page 2 of 9 1 2 3.1.3. Water and Sanitary Sewer--Requirements document Iocated at; 3 https://projeetpoint.buzzsaw.corn/f`ortworfhpov/Resources/02%20- 4 %20ConstrLiction%2ODocurneiats/Contractor%2OPrequali_fication/Water'/o2Oand%2 5 OSanitary%20Sewer%2OContractor/a2OPregualification%2OProglan-WWS S%20pre 6 qual%20requirements.doc?public 7 8 9 3.2,Each Bidder unless currently prequalified,must be prepared to submit to City within 10 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of anal/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City,in its sole 19 discretion may require,including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame.Based upon the City's assessment of the submitted 24 information,a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information,if requested,may be grounds 26 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 27 notified in writing of a recommendation to the City Council 28 29 3.4.In addition to prequalification,additional requirements for qualification way be required 30 within various sections of Contract Documents. 31 32 33 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 34 35 4.1.Before submitting a Bid, each Bidder shall; 36 37 4.1.1. Examine and carefully study the Contract Documents and other related data 38 identified in the Bidding Documents(including"technical data"referred to in 39 Paragraph 4.2.below).No information given by City or any representative of the 40 City other than that contained in the Contract Documents and officially 41 promulgated addenda thereto,shall be binding upon the City. 42 43 4.1.2.Visit the site to become familiar with and satisfy Bidder as to the general,local and 44 site conditions that may affect cost,progress,performance or furnishing of the 45 Work. 46 47 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 48 progress,performance or furnishing of the Work. 49 50 4.1.4. Omitted 51 CITY OF FORT WORTH 2018 CIP Conerefe Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised,August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 8 9 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish, All additional information and data 11 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents.No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.7. Perform independent research, investigations,tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations,investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations,investigations,tests and studies. 25 26 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion, and obtain all information 28 required to male a proposal.Bidders shall rely exclusively and solely upon their 29 own estimates,investigation,research,tests,explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-facie evidence that the 32 Bidder has made the investigation,examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.19. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents.The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such collections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section_00 73 00—Supplementary Conditions for identification of 44 45 4.2.1.those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings,if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH 2018 C1P Concrete Ra.rtoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised August 2I,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents,but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02, of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from.any "technical data" or 11 any other data,interpretations, opinions or information. 12 13 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means,methods,techniques, sequences or 17 procedures of construction(if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 21 etc.,have not been resolved through the interpretations by City as described in 22 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 27 biphenyls (PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work,Etc. 32 33 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities,construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 44 of=way, casements, and/or permits are not obtained,the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised August 21,2015 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 53. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or-permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to.Interpretations or clarifications 1 I considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 OnIy questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 is City of Fort Worth 19 200 Texas Street 20 Fort Worth,TX 76102 21 Attn: Greg Robbins, PE, Transportation and Public Works 22 Fax: 817.392.8092 23 Email:gregory.robhins@fortworthtexas.gov 24 Phone: 817.392.2333 25 26 27 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 28 City. 29 30 6.3.Addenda or clarifications may be posted via Buzzsaw at: 31 htt s:// ro'ect oint.buzzsaw.coml orttvorth ov/Advertised/101587%20- 32 %202018%20CIP%20ConereteYo20Restoration%20-%2OContract%203?public 33 34 35 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 36 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 37 Project. Bidders are encouraged to attend and participate in the conference. City will 38 transmit to all prospective Bidders of record such Addenda as City considers:necessary 39 in response to questions arising at the conference. Oral statements may not be relied 40 upon and will not be binding or legally effective. 41 42 7. Bid Security 43 44 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 45 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 46 the requirements of Paragraphs 5.01 of the General Conditions. 47 CITY OF FORT wORI'H 2018 CIP Concreie Restoration Contrad 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 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 I2 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 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received.Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH 2018 CIP.Concrele Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS 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 fizxcl 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 Forth. 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 2O18 CIP Concrete ReStoratlon Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 101587 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 Managcr 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 clailn 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 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDYRS 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 1.7.4. 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 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised Augus121,2015 0032I5.2-0 CONSTRUCITON PROGRESS SCIiEDULE—PROGRESS EXAMPLE Page 1 of 4 1 SE,CTION 00 3215.2 2 CONSTRUCTION PROJECT SCHEDULE---PROGRFSS EXAMPLE 3 PART I- 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. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WOR77i 2018 CIP Concrete Restoration Contraet 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised JULY 20,2018 0039 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 2 of ------------ -----------i------------ ---—-—--------- ...... ------------- ----------- -------- ------- ----------- rq p -------f --- ----------- ------i--------------------- 21- ---------- 4 f ------------- ----------....... ------------------------------------------ ........—---------------------— - -------------- --- di L ..........--------------------L--------i------------I--------- --------- I----------L.......... -------------- ---------- ------ i-----------L----------L----------L------------------- ...... ------------ —------- I jai -------------------- --------- --------- ---------- -------------—------ -lit j------------ -c A P-4 t-A m 0 0 fq PC 1.4 17=4 CD fa: tj K 14 9 p IN"4? Lu I 4:1 .21 Al P6 P, 01; "rill el CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised JULY 20,2018 00 32 15.2-0 CONSTRUCTION PROGRESS SCHEDULE---PROGRESS EXAMPLE Page 3 of4 € s -------------�.. ._-----.r 1 ----- —1 —+..- �__._.._.._,.-- 1 _.+.._.. ...�-..,. _.r ----a--------- — a . i --- �-e a - - -•-- -----:-------- IC __.._..1.-.....__.I_..-..».. ..-_-_--__._--_--_.-'_-__._____l_..-_-.__L ____ _ .i----------I___....- _J.__. ......L„..�..,.._`.__ F] 01{q _____ ________ ______ rt N N_,N H N N N ITT N sa'sV N,N N N•H H H• N N'N N N N N n-N.N ttY N N S+[N N!'! p u pr:mm m m m al 4+m mm Pi mm-•`:mi5i,am PI b - m`m m ro m w w os_m la m m - as ns m m w ev m m m a to Lh m m m A�"-� IL �{ �'- mm ao ro�_ha ar.cm mmas� mrnmrn m m m mom al d! '� dS vl m m rn � �} Gj R ! -= �iskaAK�ixew w>raw� a€ x � rixg ►� kitr! ,�ixiKa. k ]R t �7 4 a �y O 4 IQ 8 �7 ^� r 4 M IR! :ul�:9 � '•I y. YI� �Td„F]�:.'} � iV' i.1 LY r��.'�w M SY �A tY � ^�Y GI '� ''.,�SJ,VF 19 � �o 1 Y . .b. 9988 }_ I ih Jill Tj gr6 :�, gg�55 Ji 2 CITY OF FORT WORTfI 2018 CIP Concrete Restorarlon Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised,ULY 20,2018 00 32 15.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE, Page 4 of 4 END OF SECTION 2 3 4 5 Revisiun Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 6 CITY OF FORT WORTH 2018 CIP Concrete Resforadon Contracf 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised JULY 20,2018 00 32 15.3-0 --PROGRESS NARRATIVE Page 1 of 1 SECTION 00 3215.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List of activities accomplished in the 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) 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) S. (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,Texas Constructlon Project Schedule Narrative Report for CFW Projects TPW official Release Hate:7.20.2018 Page 1 of x 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE--SUBMrITAL PROCESS Page 1 of 7 I SECTION 00 32 15.4 2 CONSTRUCTION PROJECT SCHEDULE—SUBMITTAL PROCESS 3 PARTI - 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 Fart 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 1 I Fred Griffin,Buzzsaw Administrator 12 City of Fort Worth 13 Fred.Griffin@fortworthgov.org 14 917-392-8868 15 16 Using your registered usernarne and password log into the City's Buzzsaw Site 17 https:// Tojec"int.bu7-7saw.comiclient/fortwortlwev 1. ���. .•t�;�t..�*i;{s� »ri•�r�rY,�c ��� duiat®t'r,' v, s 18 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 2O18 C1F Concrete Restoration Project 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised ATLY 20,2018 003215A-0 CONSTRUCTION PROGRESS SCHF-DLUF—SUBM17FAL PROCESS Pagc 2 of 7 '7�e';F�t.trlew'iToo[s,.PftrJp° - . 17'raied �faiwoetitgov -ty ;� - .. - - 9amsaw. � ( 00701-Haxseed UrainageLryrove iG` ' Marx Aulhror Sze T i Cf} llidf orma Sdh d&esrndrx:ds Fred Griffin 16,384 M+ omftr..4W... r .�]Q B&GReslnrtses E��Construction i ®-M caru[ltar:m f - -ri Conu-adnr i I--�cprr par�d� 4 General Cantractboa.wlentsandsl 1 F}n Projederawivgs - i m j vri kmb uugs f j ReA rrnr Ly 63-ft 00705-Lkhan V9W5 Central dlster 807D5-Isnan Vim"Cmb--la:sar 61 007D6-LFbm Wag-SL Ck-Eu Berry. i t��00706-LlLan lNfa9es SEQarer�ar� I � o-�oa7aa-5arypry5ewar aeha6 fonlrac= r EF%00755-Me.9grihe Rd7D04CIPYeariQ_ fr 0076E-Duks Road- &Yaatlrrim to Grp O-�po77b-Lebow dra:rw_I -�08786-5,n Qeekasym esdh I ¢�00787-P'ar4xeY Road-WI__,,.-InF r Twfal fay:[Gne:6 seconds Qn�net:2aernrds;a®vei:Lsewnft dent 3 secods)Dorwimded:i@® 2 3 Two ales will be uploaded for each submittal.A native schedule file format either 4 Primavera.xcr 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-FlaxseedDrainagelmprovements-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 TORT WORTI3 2018 CIP Concrete Restoration Project 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised JULY 20,2018 003215.4-0 CONSTRUCTION PROGMSS SCFIEDULE-SUBMITTAL PROCESS Page 3 of 7 - mil Adel aPuaIf WIc ol;i a64iq - V­;. lYrk 0070L-Flaxseed lkainagelinL�;ovrmrr`Q Name Author S e e � EJ BOForms lfgcfiecktes L.dex.xls Fred Geft 16,NK MkrusuR 0 std Response: Constnxtorr I I..�Cvntracfor Ir}Q General GontradDeoanenls and Sped '; ��Pro3e<tDramtyW t [i el R#cM—fangs Real Property L sd eid lndex.ds E P0705-Drhan Vd qJ Central duster SIXF 00705-Lkban V11 gm Central ck is rSwl. i ©- C0706-Man VltagessEcku erbmY*W h- C07M-Lkban Odug SFCkmter Near Fas I 007d0-SadWySewertteh3b Con4'act nFJ I 0'�00755-Masque Rd 7D04[IP Yea'L(oes D- 00760-Dkks Road-nryantMm to C7a�i t+] 00779-Lebowchannel (t7�00786-Sumnar Creek&sycamore Sdvod['y rz�y - - 2 3 Select Browse and go to the location of the files on your desktop. 4 Select O en D select drarR 19Ib add to tlreproJectweb s1W.You ran aha add m a Daaa=tRrzater(optlmmg. : r Hrawse.. d5e7it 1 r':rrc€ude:f�nC(LU externFl raFerenr�s - tl uments E _ 0.ttidiComihent I?. keName I FlaLumWn Modf... firs Look n: �}Desktop 4.- �My Iloamenis Knd1ctNndt4w agerPru7 I '.�My C�grrlP-r �Hk�rrrates Player ' *f Recent- W&My Wh—kPlaoes �{4ctive Projec[a - — R__ Doameft Adobe Anobattl Prvfrsmra'Aim CDs&DVD5I';Add toy�.+� lkm�rt 7n00 ®CdRemrdE&F-Ded_d6p CR2NF0L.LYPNJoCmssmrd PW Fx Sim 7.1 Add at —.-__,-- ®fEH2 Qe dt V p-,Cfyslal Repur1s�000 -.r�Coptln �Gooyle FarlFr '�De1[Zridcl7efererxe LirWe.pdF ......,... _..,-- � ia+Phatamrart 5rpress �'Lpsk9efra9ae'iter 1 PhotosmartPr T1ff Free Sound Reomder - - HP SOMW Center FreeSdax6lemrda.axe �Fasscamm, ®LaPraP�axrLY Tunes I�IogYi.]PG h4aosoR Ydu Verson 700zrnade 0ut.&A LVNaN-We 0 C�! NN Netwa& Fte Warne: Flea 5 _- 6 7 The file will appear in the Buzzsaw Add to Project Select Documents window 8 9 Select Next. 10 CITY OF FORT WORTH z018 CIP Concrete Restoration Project 3 STANDARD CONSTRICTION SPECIFICAITON DOCUMENTS 101587 Revised IULY 20,2018 0032 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 4 of 7 1 Do not select Finish at this time. 2 ■ - []sdectdodh' is to add to Ihepr jettweh srfe.You can Amadd ton DoaunentRe&ter(opkon*,AD - '--�:O `{<�. t-t3ruwse... .J-irtlClude k2to.Ck�ex[rtnal r�fErenec"s. - - �pttarhCurnntent WeName Fielamkon War..I Stize t- ` OUNl-FlaaseedDranegelmprovements�U9]an.xer C:�oamenls and... ..-]/7�2.. 74,25tl � � :l I' i - re Add Y,p-Uocum�5t Pe9f•_{erg -5etz<tallooanent Aegcher- :<' - r•Add athibute4 to khe uplvaded files,in:the uphp�d vi?ard, - - C Cardinuew4thoutaddin9-ettrelukas - - - - 3 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 I and Contact Phone Number, 12 13 Select Next. 14 - ;<S P CreaiE a comment that becomes the veraon desoipkon and Rrstdisaosiwc item Car files bEft added. °;::•.- ]fins s6epts opBonal - - '�"etectOooanent9 -'i� F.-�!.Add mmnent dP new dtsaC,ston - r �F. FF m 1 Q.$ comment cT. 9 H � II ��.� 'ems� ?:�' l :g�1_ � Ied: - IlU7t]1-FlaxseedPrainageimpravements-Hasetne r- asethn Sdiedde S!>bodttal from'CompnnYName Contact Name :'V:' -Contact phone Qr Update Schedule Submittal from'r"Tany Name'for work performed up to In wary 31,2W9 CnntadName contactphonel i� - -[Balk (_lehct7 �. ♦-rash - t --Cant 1 j,' Hdp. 15 16 CITY OF FORT WORTH 2O18 CIF Concrete Restoration Project 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised JULY 20,2018 0032 C5A-0 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 Iist of Project Contacts. 5 G Select the Project Manager as the To Recipient and the Project Controls Group as the Copy 7 Recipient. 8 ;<�-�®aWdr,a�maina arw�Rn.r.,�eaeuhl[.o••�---oeu,a„z.,er�yd.,rd r�,.,,:,.,�P��pr,.i -hr iIlkabTOl-Amsecd fn'T - Fi,d.,, Re Mle:- FVN s... �... N'V Pno... . - TlaY GI.•• 6... G.... e... Prey.• Trey]a... T.. T... W.. NOsha V... - +acTOr... Yee i�.• ram... 115.,. Pro... I . Ndd Mc.-- Y... .•, W We,.d,•.�. War. C... CP... 4Ia.�. Pe... f a,w aPW i N'ree... ,•!! d... eH... He... Pr=... '; - .- _ [:anPeiF 7ebn I cr:... YYeI ... Y... F..• M ii/... N0.<• ]h.•• 51 r... - er PerrYPlr{..' �, SI+dY-.. s... i... 7H. ,ucF- FLPber lnformetlnn... ,��. He6 9 ri! t , 10 II 12 Select the Paste Comment button to copy the Comment into the body of the email 13 14 Select Finish. 15 CITY OF FORT WORTH 2019 CIP Concrete Restoration Project 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101597 Revised JULY 20,201 S 00 3215.4-0 CONSTRUCTIONPROGRFSS SCHEDUI-F—SUBMITTAL PROCESS Page 6 o£7 r 4-4 ®Send email to other pra]ed members nndfying B7em of the new or updated Nee.This step is DptiDDa! SekctDD¢men1S - - f �sTe m[maent"" Send.'in-a �� Tn... Fredcriti'in, a � - - LG,. Yrepect CIXIL'alsTeam 3: `: SDhjecC E70701-Fla�eedfkainngeimpro+remenls-Baseline ': 6' I' Baseline srheduk submltial from'CDmpny Name .CDntad Name Contact Phone Or i - - Update 5dieMe Sut ff"from'CDmpany Name for wu7k p xfixmed up to 3amwy Six 2DB9 IE corrt�Lt Name Contact Phone �I - <Bade Next i 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 _ a r lmd- DOTelo.tGhftxlpMI-ty slam-1Wj.c-;,6112saf14- romwur9or- - .� I - atur�aw' c 1 ooau-M d n.a. dtoLsor S!... raA&d j f odF ms sdedAwk&v.Tk rrw Rift 1s,3at n"v FtEXCdW:. 17PtPMes.� l�sidHues ®cable N-... -M2W ]0 "1 7�8fAo94.i i i p.M cmadwt. I -C-1 con6ac0or I � j Q Cm'espuWena: j f Da�Cenral CIIltra�LOJNPe1lSa and aped �'�pUlE7det&rpc oDJDlf1dXSCC�f31 JPa+V�ov[m IS i � �utdtles B�0o7o5-IAbd�Y7a?=9Crn4'�Cinter 9�cF S r Cil-�0070 Akb-Vfi gefCm+hal Wnie-Swl Lk?A 0D7or.-ik—YAeyesSErke4rDerryRn, [h-&OONS-IP6eri Vda0rs5E Dnkr 7learfas,. � [��00730-5 7ary 5ewv Aefia6 CmtratL% t Gi�00755 7Aecgite pd 2004CtPYex 1(Des i I��00708 IY7i+RD3d-etYdttGn+Oa Garin 6 nwil 7 8 Upload the PDF file using the same guideline. 9 to 11 12 END OF SECTION 13 14 CITY OF TORT WORTH 2018 CIP Concrete Restoration Project 3 STANDARD CONSTRUCTION SPECII[CATION DOCUMENTS 101587 Revised 3 ULY 20,2018 00 32 15.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 7 of7 1 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarirell Initial Tssue 2 CITY OF FORT WORTH 2O18 GIP Concrete Restoration Project 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised RTLY 20,2018 00 32 I5-0 CONSTRUCTION PROGRESS SCIIEDULr Page 1 of 10 1 SECTION 00 3215 2 CONSTRUCTION PROJECT SCHEDULE 3 PART I- 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 I 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 2018 CIP Concrete Restoration Contract 3 STANDARD SPECIFICATION 101587 Revised JULY 20,2018 00 32 15-0 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 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 Proj ect 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 aMaster 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 2O18 CIP Concrete Restoration Contract 3 STANDARD SPECIFICATION 101587 Revised RILY 20,20 t 8 003215_0 CONSTRUCTIONPROCrRESS SCHEDULE Page 3 of 10 1 alignment with the WBS structure in Section 1.4.11 as agreed by the Project Manager. 2 The Contractor issues to the City,updates of their respective schedule(Progress 3 ScheduIe)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 Proj ect Schedule. The Proj ect 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 2O18 CIP Concrete Restoration Contract 3 STANDARD SPECIFICATION 101587 Revised J ULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCDE17ULI; 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 8 9 • Progress Schedule File Name 10 Format: City Project Number_ProjectNalxle_YYYY-MM I 1 Example: 101376 North Montgomery Street HMAC_2018-01 12 13 • Project Schedule Progress Narrative File Name 14 Format: City Project Number_Project NamePN_YYYY-MM 15 Example: 101376_North Montgomery Street HMAC PN 201 S_0I 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 proj ect 20 schedule. Specifically,the Contractor's schedule will align with the Iayout 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 a 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 2O18 CIP Concrete Restoration Contract 3 STANDARD SPECIFICATION 101587 Revised IULY 20,2018 003215-0 CONSIRUCTION 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 I -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- to 11 2. Contractor is required to adhere to the City's Standard Milestones as shown in 12 Section 1.4.I 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 2018 C1P Concrete Restoration Contract 3 STANDARD SPECIE ICATION 101597 Revised JUL'Y 20,2018 0032 15-0 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 XXXXYX.40 ROW&Easements 14 XXXXXX.40.10 ROW Negotiations 15 1�XXXXX.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 2I XXXXXX.80.85 Inspection I 22 XX_%=.80:86 Landscaping 23 XXXXXX.90 Closeout 24 XXXXXX90.10 Construction Contract CIose-out 25 XXXXXX.90.40 Design Contract Closure 26 27 28 1. 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 a]I 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 2O18 CIP Concrctu Rcstaration Contract 3 STANDARD SPECIFICATION 101587 Revised JULY 20,2018 003215-0 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 93 (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/Completc I 1 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 8540 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,.xml,.mpx)and the second in apdf 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.xis or 38 .x1sx 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 ofAward. 47 CITY OF PORT WORTH 2O18 CIP Concrctc Restoration Contract 3 STANDARD SPECIFICATION 101587 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCIMMULE Page 8 of 10 I 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 lust clay 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 S 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 + Activity Logic(dependencies) 29 + 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 ofthe Construction Project Schedule Progress Narrative should 39 be concise and complete to: 40 * Reflect the current status of the work for the reporting period(including actual 41 activities started and/or completed during the reporting period) 42 • Explain variances from the baseline on critical path activities 43 * Explain any potential schedule conflicts or delays 44 • Describe recovery plans where appropriate 45 • Provide a summary forecast of the work to be achieved in the next reporting period. 46 47 C Submittal Process CITY OF FORT WORTH 2018 c P Conercle Restoration Contract 3 STANDARD SPECIFICATION 101587 Revised 7ULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCIIEDiTLE Page 9 of 10 1 + 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 • 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 SUBMITTALS/INFORMATIONAL 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] 20 112 WARRANTY [NOT USED] 21 1.13 ATTACHMENTS 22 Spec 00 32 15.1 Construction Project Schedule Baseline Example 23 Spec OQ 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] i 29 PART 3 EXECUTION [NOT USED] 30 END OIL SECTION 31 32 33 34 CITY OF FORT WORTIT 2018 CIP Concrete Restoration Contract 3 STANDARD SPECIFICATION I01587 Revised IIILY 20,2018 ao3zls_o CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 z Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 2 CITY OF FORT WORTH 2C IS CIP Concrete Restoration Contract 3 STANDARD SPECIFICATION 101597 Revised JULY 20,2018 i r t z 003513-I CONFLICT OF INTEREST AFFIDAVIT Page I of I 4 's 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror or respondent(hereinafter referred to as"Youb)to a City of Fort Worth 5 procurement may be required to complete a Conflict of Interest Questionnaire(the attached CIQ 6 Form.)and/or a Local Government Officer Conflicts Disclosure Statement(the attached CIS 1 Form)pursuant to state law.You are urged to consult with counsel regarding the applicability of 8 these forms to your company. 9 10 The referenced forms may be downloaded from the links provided below. I1 t 12 httts://www.ethics.state.tx.us/forms/CIO.pdf 13 14 http://www.ethics.state.tx.us/forms/CIS.pdf 1 15 � i 16 17 ® CIQ Form does not apply 18 I9 0 CIQ Form is on file with City Secretary 20 21 CIQ Form is being provided to the City Secretary 23 CIQ Form does not apply 24 "Are:S 9 25 0 CIS Form is on File with City Secretary i 26 27 Q CIS Form is being provided to the City Secretary 28 29 30 31 BIDDER, 33 Omega Contracting Inc. By: "AA.w iZElsrkAa.� 34 Company (Please Print) 35 36 2518 Chalk Hill Rd Signature; 37 Address 3s 3g Dallas, Tx 75212 Title: qlc S10sAryr 40 City/State/Zip (Please Print) 41 42 43 END OF SECT-YON CITY OF FORT WORTH 20JB Concrete Restalntion Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCOMENTS 10I587 Ravised August 21,20 B 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM-Addendum 2 TO: The Purchasing Manager clo: The Purchasing Division 200 Texas Street Street City of Fort Worth, Texas 76102 FOR: 2018 CIP Concrete Restoration Contract 3 Martin Street(Foard Street to Shackleford Street)and Alta Mesa Boulevard (Whitman Avenue to Hulen Street) City Project No.: 101587 Units/Sections: Concrete Pavement Improvements 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification __2.1._In submitting this Bid,._Bidder_accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.6. 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-competitive levels. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Concrete Restoration Contract 3 Form Revised 20150821 101587 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) b. C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 350 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{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. Conflict of Interest Affidavit, Section 00 35 13 "If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 Concrete Restoration Contract 3 Form Revised 20150821 101587 0041 00 BID FORM Page 3 of 3 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. s 3'0M5 AAI II I hAeFe AtAACed "T+�c �e.'Ditz 112res- Total Bid. A u f 7. Bid Submittal This Bid is submitted on by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial ��- fallowing Addenda: B. Yi� _7 Addendum No. 1: 2 (Signature) Addendum No. 2: Addendum No. 3: Addendum No. 4: (Printed Name) Title: 1�tLE ?ZIESAS7SLIT Company: 0osAr= .k C.c-r�t AL% �aC, Corporate Seal: Address: Z51$ C,"pek #,It Qj- l�1460LAS i 4 -7s217— State ofA Incorporation: T X*S Email:r••LK rZ�D A -rECq uWtE(�A.Cur• Phone: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 201 a Concrete Restoration Contract 3 Form Revised 20150821 101587 00 42 43 BID PROPOSAL Page 1 of 2 SECTION 00 42 43 PROPOSAL FORM-Addendum 2 UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value 1 0170.0101 Specified Remobilization 017000 FA } $1,625.00 $1�625.00 2 0171 0101 Construction Staking 0171 23 Ls 1 $5,000.00 $5,000.00 3 02410100 Remove Sidewalk 024113 SF 1,215 $1.25 $1,518.75 4 0241,0401 Remove Concrete Drive 0241 13 5F 400 $1.75 $700.00 5 0241.0300 Remove ADA Ramp 02 41 03 EA 5 $420.00 $2,100.00 6 3123,0101 Unclassified Excavation by Plan 31 23 16 CY 200 $25.00 $5 000.00 7 9999.0000 Remove Concrete and Replace with up to 8"Concrete Pavement HES 02 4116132 13 13 SY 6.580 $7TOO $429,660.00 e 9999.0000 Remove Concrete and Replace with up to 8"Concrete Pavement 02 41 1513213 13 5Y 10.063 $70.00 $704,410.00 9 3211.0122 6"Flexible Base,Type A.GR-2 32 11 23 CY 1,304 $60.00 $78,240.00 10 3213,0208 Concrete HES(Extra Depth) 821302 CY 78 $178.00 $13 884.00, 11 $213,0108 Concrete non-HES(Extra Depth 32 13 01 1CY 140 $163.50 $22,890.00 12 3213,0700 Joint Sealant 321373 LF 1,opp $2.00 $2,000.00 13 9999.0000 Geogrid Tenser(TRIAX 140-475)or Approved equal 1399900 SY 3 s11 $2.35 _.1.90.85 14 3216 0101 6"Conc Curb and Gutter 321613 LF 200 $24.00 $4,800.00 15 3217.0002 4"SLD Pvm1 Marking HAS(Y) 32 17 23 LF 3,000 $1.65 $4 950 00 16 i 3217.2001 Raised Marker TY W 32 17 23 EA 100 $4.25 $425.00 17 13217.2101 REFL Raised Marker TY I-A 32 1723 EA 50 $5.90 $295.00 is 321T2102 REFL Raised MarkerTY1-C 321723 EA 50 $5.90 $295.00 321T2103 REFL Raised Marker TY 11-A-A 321723 EA 50 _ _$5-90 $295.00 20 3217.2104 REFL Raised Marker TY 11-C-R 32 17 23 EA 50 $5.90 $295.00 21 3217.0501 24"SLD Pvmi Marking HAE(W) 32 17 23 LF 1 ttB $19.25 � $21� 7.50 22 3213.0311 4"Conc Sidewalk,Adjacent to Curb 32 13 20 SF 1.215 $5,75 $6,986.25 23 3213.0401 6"Concrete Driveway 32 13 04 51' 400 $9.50 24 3213.0506 Barrier Free Ramp,Type P-1 32 13 05 EA 11 $2,045,00 $22 495.00 25 3217.5001 Curb Address Painting 32 17 50 FA 18 $35.00 $630.00 26 3291.0100 Topsail 32 91 19 CY 885 $48.00 $42,480.00 27 3292.0100 Block Sod Placement 329213 SY 10.614 $5.75 $61,030.50 28 3305.0107 Manhole Adjustment,Minor 33 05 14 EA 12 $390.00 $4,680.00 ...............,�_.�__,..._.__...___ 29 3305.0108 Miscellaneous Utility Adjustment(Irrigation) 330614 LS 1 $4,000.00 $4,000.00 30 3305.0108 Miscellaneous Structure Adjustment(Meters) 330514 EA 12 $310.00 $3,720.00 31 3305.0111 Water Valve-Box Adjustment 330614 EA 17 $350.00 $5,950.00 32 3471.0001 Traffic Control 347113 MO 15 $1,500.00 $22,500.00 ........................_......_....._........_.._.- 33 3471.0002 Portable Message Sign 34 71 13 WK 60 $600.00 $36,000,00 34 9999.0000 Dummy Joint Sawcul 99 99 99 LF 100 $3.50 $350.00 35 0000.0000 Paving Construction Allowance 00 00 00 LS 1 $70,000.00 $70,000,00 C(TX OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20120120 (USE THIS)Contact 3 101587-Bid Proposal Workbook 00 42 43 BID PROPOSAL Page 2 of 2 SECTION 00 42 43 PROPOSAL FORM-Addendum 2 UNIT PRICE BID Bidder's Application Project Item Info€mation Bidder's Proposal Bidlist Item Specification Unit of Bid Description Unit Price Bid Value No. sure Q Section No. Measure Bid Summary w_ Base Bid Total Base Bid Alternate Bid Total Alternate Bid Deductive Alternate Bid Total Deductive Alternate Sid Additive Alternate Sid Total Additive Alternate Bid TotalBidl $1,574,312.85 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20120120 (USE THIS)Coraet 3 101537-Bid Proposal Workbook ao 43 is BID BOND Page or2 SECTION 00 4313 I31D BOND KNOW ALL BY THESE PRESENTS: That we, Omega Contracting,Inc. ,known as "Bidder"herein and Liberty Mutual Insurance Company a corporate surety duly authorized to do business in the State of Texas,known as"Surety"hereln,are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas, known as"City"herein,in the penal sum of five percent(5%)of Bidder's maximum bid price,in lawful money of the united States,to be paid In Fort Worth, Tarrant County,Texas for the payment of which sum well and truly to be made,we bind ourselves,our heirs, executors,admfnistrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the following project designated as 2018 CIP Concrete Restoration Contract 3 Martin Street(Foard Street to Shackleford Street)and Afts Mesa Boulevard(Whitman Avenue to Hulot]Street) NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter Into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal falls to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected b€dder's total bid amount. PROVIDED FURTHER,that if any legal action be filed on this.Bond,venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. IN WITNESS WHEREOF,the Principal and the Surety have SINNED and SEALED this instrument by duly authorized agents and offlcers on this the I Ith day of _ February 12019 PRINCIPAL: Omega Contracting,Inc. Signature ATTf ST' - Witness 16s to Principal V Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPI~CIFICATtON DOCUMENTS Form Revised 20171109 2018 CIP Coaerete Restoration Contact a 11016117 00 43 13 131D BOND Page 2 of 2 Address: 2518 Chalk Hill Road Dallas TX 75212 SURETY: Libeqy MtKualInsurance Conn an Signature Robert M.Qyerbev.jr.-Attorney in Fact Name and Title Address: 7900 Windrose Aventie 1 Witness as to Surd aV-+z:n O.Moudy "telephone Number. (469)997-6742 Attorney in Fact Attach Power of Attorney(Surety)for Attorney-in-Fact *Note: If signed by an officer of the Surety Company,there must be on file a certifted extract from the by lauds showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address,bath must be provided.The date of the bond shall not be prior to the date the Contract Is awarded. END OF SEMON CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 GIP Cnnereta RestoraVon Contacts 101587 Form Revised 20171109 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. � r Liberty Mutual Insurance Company !f t2 The Ohio Casualty Insurance Company Certificate No: 8197136 West American Insurance Company SURETY POWER OIL .ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Carol E.Hock,Suzonne D.Lawrence,Lauren O.Moudy,Robert M.Overbey,Jr. all of the city of Houston state of TX each individually if there be more than one named,!is true and lawful allorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of October , 2018 . Liberty Mutual Insurance Company % The Ohio ty Insurance tiJPv°Rvor� yn yJQ`asaoety&Pgy `GPa°'�o rq�o West American Insurance ance Comp nyany J3 Fom CIS Qa+ Fa [) r b fi 1912 0 1919 1991 /' rn ,�l 89aN°9 ,bad SO�yAkr..0'r b� 'Cs �NMAO' aaS'' �✓r�'-( �" C N sit By• David M.Carey,Assistant Secretary - State of PENNSYLVANIA � County of MONTGOMERY ss ca L � � U m On this 17th day of October 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o a Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes - 7 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. cot LU � IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Q oEm 0 O i,-f ad . �" COMMON NEALT34 OF PENNSYLVANIA ¢� — � �✓ sr`' , Notertal Sea! p 'i O hkC Teresa Pasteila,Notary Public L (d O a) 1 Upper MedonTwp.,h4ontgomery County By: 63 hay Commission Expires March 28,2821 Teresa Pastella,Notary Public o Cc •°`°•`' g Member,PennsyWanla Association of Notaries Q C3 W `$Ad yv - Vj O W W CO a� This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o S Insurance Company,and West American Insurance Company which resolutions are now in full farce and effect reading as follows: o ai ARTICLE IV-OFFICERS:Section 12.Power of Attorney. T o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the Ca-0 President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o CO r- any and all undertakings,bonds,reoognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall A' have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such " °O Z � instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the co provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. I ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. n T Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, {_-r shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full pourer to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such altomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surely obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 1 Ith day of February , 2019 . INSU 4I,( INS&.p N LMSU/g �J 4o4v0n yJP�anaaygr �L �GPe° o'�l�Gn r °bfi 1912 h o 1919 C LU 1991 0 ss4CJJ a yO4Ar�Qs'��a�o �s �NaIpNP as By Renee C.Llewellyn,Assistant Secretary eiy LMS42873 LMIC OCIC WAIC Multi Go_002018 4 Iu6l® SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter Una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para information o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia,PA 19406-2755 King of Prussia,PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages,rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection(111w1A) de Texas Consumer Protection(111-1A) P. O. Box 149091 P.O.Box 149091 Austin,TX 78714-9091 Austin,TX 78714-9091 FAX: (512)490-1007 FAX#(512)490-1007 Web: htfp_,/1www.tdi.texas.go_v Web:hto_//www.tdi.texas.eavv E-mail: ConsumerProtect;,on(@tdi.texas.izov E-mail: ConsumerProtection(a tdi.texasgov PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446. primero. Si no se resuelve la disputa, puede If the dispute is not resolved,you may contact the entonces comunicarse con el departamento(TDI) Texas Department of Insurance, ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de information become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP70680901 LMS-1529210/15 I I I OO+f3 37 I VENDOR COMPLIANCE To STATE LAW i Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER > E i Texas Government Code Chapter 2262 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. i A. Nonresident bidders in the State of our principal place of business, 1 are required to be percent lower than resident bidders by State Law, A copy of the g statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business f our company or our parent company or majority owner is :_. .Win-Wthe�—State=of —Texas: j BIDDER; Omega Contracting Inc. By: 11� -K est 2518 Chalk Hill Rd Dallas, Tx 75212 (Signature i ; 214-689-3815 Title: Vvcz �StDG+ Date: ,2,7 I9 i I I i i j j END OF SECTION 1 l j i CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 2016 CIF concrete Restoration Contact 3 101-587 00 4511-1 BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 4511 2 BIDDERS PREQUALIFICATIONS 3 4 1. Surnmary.All contractors are required to be prequalified by the City prior to submitting S bids.To be eligible to bid the contractor must submit Section 00 4S 12,PrequaIification 6 Statement for the work type(s)Iisted with their Bid.Any'contractor or subcontractor who is 7 not prequalified for the work type(s) Iisted must submit Section 00 45 13,Bidder S Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor.The information must be submitted seven(7)days prior 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 infoimation by the 31st day of March 14 in order to bid on these projects.In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 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 Fornfation,LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 2- (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/tax 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 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised Ju1y 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 g 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) 1n 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 PrequaIification 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 2018 CIP Concrete Reston alion Contract 3 STANDARD CONSTRUCTION SPrCIFICATION DOCUMENTS 101587 Revised July 1,2011 0045 11-3 BIDDERS PREQUALIE:'ICATIONS 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 g END OF SECTION 9 CITY OF FORT WORTH 2018 CIP Concrete Restoration Conh wet 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 l i i i • l i 00 4512-1 PREQUALIFICATION STATEMENT Page l of E s 1 SECTION 00 4512 2 PREQUAf•I;FlCAT1011f STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. 6 Contractor/Subcontractor Company Prequalification Major Work Type Name Expiration Date Concrete Paving Constructionl Reconstruction l "85 TH"15,000 square Omega Contracting Inc. 02/14/2020 ards) I 7 j 8 r 9 The undersigned hereby certifies that the contractors and/ox subcontractors described in 10 the table above are currently prequaiified for the work types listed. 11 12 BIDDER: 13 _. �m ntractln ]nc,... .............- __ ega_Co �_ _.By: .__ _acres �,�- � _ - -- 15 Company (Please Print) 16 17 2518 Chalk Hill Rd Signaturw4g�r_—T 18 Address 19 1 20 Dallas, Tx 75212 Title: �� �S�yLa►�'1� 21 City/Sta&Zip (Please Print) 22 �f a 23 Date: 4� r 24 25 END OF SECTION 3 t Q 26 ] l CITY OF FORT WORTH 2018 CIP Cononte Restorotforr Contract 3 � STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 191587 Revised July 1,2011 I i 004526-1 CONTRACTOR COWLIANCE WITH WORKER'S CONDENSATION LAW Page I of I 1 SECTION 00 45 26 i 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.101.587,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 * IIt1G. By: *W �1 Q4i 13 Company (Please Print) � 14 -^7- 15 Z5t A iL JA%LL_ -2c1 Signature / 16 Address 17 18 �i4Lc.r4S ; '757-Iz_ Title: 112G4 — I9 City/State/Zip (Please Print) 20 21 _-_r..22T- THE STATE OFTEXAS § - -- 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority,on this day personally appeared 27 LA A� µU Rp-1 known to me to be the person whose name is 28 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 29 the act and deed vfGLCy�T �T/J11 b y_for the purposes and 30- consideration therein expressed and in the c p icaa ty therein stated. 31 32 GIVEN UNDER MY HAND AN SEAL OF OFFICE this �� day of 33 34 35 36 A C 37 Notary Public in and for the State o s 38 39 END OF SECTION 40 [WELISSA15. i.IAwllllfI A h�nlrrFyf' tJ�iL *ir1Mt`{il lekotis iNIy C aniiii-:•.A,r'F rI,H�siq4 Seplrt�nh�i OB err '+r,:ii CITY OF FORT WORTH 2O18 CY Concrete Restowtton Conftal 3 STANDARD CONSTRUCRON SPECIFICATION D000hffiNTS 101587 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page 1 of2 I 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 R is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) 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 9%of the total bid value of the contract(Base hid applies to Parks 15 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 MBE 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. 31 32 33 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 stated goal: date. 3. Good Faith Effort and received no Iater 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 WE participation: date. 4. Prime Contractor Waiver Form, received no Iater 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 contractin su lier work: date. 35 CITY OF PORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 S. 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-RRSPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR S 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. g END OF SECTION 9 10 11 CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 191587 Revised June 9,2015 005243-1 Agreement Page 1 of 5 I SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on May 7"' 2019is 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 Omega Contracting, Inc., authorized to do business in Texas, acting by and through 7 its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK I I Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT I4 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 2018 CIP Concrete Restoration Contract 3 17 101587 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, FIVE HUNDRED SEVENTY- 21 FOUR THOUSAND,THREE HUNDRED TWELVE AND 85/100 Dollars ($1 57_,_ _.4,312.85). 22 Article 4. CONTRACT TEVVI<E 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 350 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 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 six hundred and fifty Dollars 36 ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final 37 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised 11,15.17 005243-2 Agrmuent Page 2of5 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 e. Performance Band 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 specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damages being 79 sought were caused in whole or in part, by any act omission or negligence of the ci . 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 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCumL-wrs 101587 Revised 11.15.17 00 52 43-3 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 he 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 73 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. I05 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. U 0 This Agreement, including all of the Contract Documents is performable in the State of III 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) 12I does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised 11.15.17 00 52 43-4 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 (1-9). Upon request by City, Contractor shall provide City with copies of 132 all 1-9 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 Iegally 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-parry 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 I;ORT WORTI3 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised 11.15.17 005243-5 Agreement Page 5 of 5 166 167 M 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: Omega Contracting,Inc. City of Fort Worth By: } Susan Alanis 13YA67-41Z ssistant City Manager (Signature) Date Attest:Mark T. Reinhardt 7 ,l`71�1 A. (Printed Name) y�� City SNcretary Title: Vice President (Seal) Address:2518 Chalk Hill Road M&C c",2q)I q Date: May 7`', 2019 Form 1295 No. 2019-461982 City/State/Zip: Dallas,TX 75212 Contract Compliance Manager: 6 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. reg Robbins,PE enior Project Manager Approved as to Form and Legality: �&VaL Douglas W. Black Assistant City Attorney 171 172 APP VAL OMME T 173 174 175 Steve Cooke 176 INTERIM DIRECTOR, 177 Department of Transportation and .Public Works 178 CITY OF FORT WORTH 2O18 CIP PFEWMAECOW STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ��-����� T L Revised 11.I5.17 FT. WORTH,TX i. Bond Number 022-223-729 006113-1 P13RFORMANCE BOND Page I of 2 # 1 SEMON 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 i 1 i 8 That we,OmeU Contracting,In known as"Principal"herein and Cibe Mutual � 9 Insurance Company,a corporate surety(sureties,if more than one)duly authorized to do business 10 in the State of Texas,known as"Surety"herein(whether one or more),are held and firmly bound 11 unto the City of Fort Worth,a municipal corporation created pursuant to the laws of Texas, 12 known as"City"herein,in the penal sum of,One million,five hundred sp3La four thousand. 13 three hundred twelve and 851100 Dollars($1_,574 3 12.85),lawful money of tile United States,to � 14 be paid in Fort Worth,Tarrant County, Texas for the payment of which sum well and truly to be 15 made,we bind ourselves,our heirs, executors,administrators,successors and assigns,jointly and 16 severalty,firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City 18 awarded the 7th day of May,2019,which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully.set forth herein,to furnish all materials, equipment labor and other 20 accessories defined by law,in the prosecution of the Work,including any Change Orders,as 21 provided for in said Contract designated as 2018 CIP Concrete Restoration Contract 3, 101587. 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work,including Change Orders,under the Contract,according to the plans, ' 25 specifications,and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City,then this obligation shall be 27 and become null and void,otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the,United States District Court for the Northern District of Texas,Fort 30 Worth Division. i CITY OF FORT WORTH 2018 CIP Conarate Reslorarlon Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101589 l Revised July 1,2011 00 6I 13-2 PERFORMANCE ROAD Page 2 of 2 1 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 1N WITNESS Wf EREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 2nd day of May 6 20 19 7 PRINCIPAL: 8 Omega Congg2gag,1gc. 9 I0 I B 12 .. 13 Signature y 14(Pri1ri 1n p al}}Seem• Name and Title 17 �o is Address:2519 Chalk Hill Road 19 20 _ Dallas Texas 75212 21 /s 4 (�✓ 22 Witness as to Principal 23 SURETY: 24 Lib al surance Coma an 25 26 27 28 29 Signature �d 30 Robert M. Overbey, Jr. , Attorney in Fact 31 Name and Title 32 33 Address:2200Re ss ce Blvd 34 Ste,400 35 36 LAI/�--�. _ M9 00russil PA 19406 2755 37 Witness as to Surety Carol E. Hock Telephone Number: 1-877-751 2640 38 Attorney in Fact 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 Contraet is awarded. 45 CITY OF FORT WORTH 2018 CIP Cnnci�te Res/oi'atfon Contrac!3 STANDARD CONS'IRUMON SPECIFICATION DOC[ mENTS Revised July 1,20I1 101587 Bond Number 022-223-729 0061 11-1 PAYMENfBOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § )(STOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRA,.NT § 7 8 That we, Omega Contractin Inc. known as "Principal" herein, and I.,ibg* Mutual 9 Insurance Con an a corporate surety(sureties), duly authorized to do business in the State of 10 Texas,known as"Surety"herein(whether one or more), are held and frmly bound unto the City 11 of Fort North,a municipal corporation created pursuant to the laws of the State of Texas,known 12 as "City" herein, in the penal sum of One million five hundred seven -fo11r thous d three 13 hundred twelve and 85/100 Dollars ($1,574,312.8S), lawful money of the United States, to be 14 paid in Fort Worth,Tarrant County,Texas,for the payment of which sum well and truly be made, 15 we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and 16 severally,firmly by these presents: 17 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 18 7th day of May, 2019 which Contract is hereby referred to"and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law,in the prosecution of the Work as provided for in said Contract and t 21 designated as 2018 CIP Concrete Restoration Contract 3, 10158Z I 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 1 24 Chapter 2253 of the Texas Government Code, as amended)in the prosecution of the Work udder 25 the Contract, then this obligation shall, be and become null and void; otherwise to remain in full E 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 1 t s CITY OF FORT WORTH 2018 CiP Conerefe Restoration Contract 3 STANDARD CONSTRUCTION SPECIMA11ON DOCUM M S l01587 Devised July 1,2011 0061 14-2 PAYMENT 13OND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the _2nd day of 3 --- a�� n>20_Lq 4 PRINCIPAL: Omega Contracting,Inc. *InTS 1,Y: �V,T Si ature Name and Title Address: 2518 Chalk Hill Road 4��® Dallas,Texas 75212 Witness as to Principal SURETY: I.ibe>-Mutual Insurance Conlpanx ATTEST: ._..... �.- -.�..e_ 7' r C' Signature Robert M. Overbe , Jr. , Attorney in Fact (Surety)Secretary Carol E. Hock Name and Title Attorney in Fact `r Address: 2200 Renaissance Blvd Ste.400 Witness as to Surety Carol E. Hock King of Prussia A 19406-2755 5 Attorney in Fact Telephone Number- 1-877-751-2640 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 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH 2O18 C1P Concrete Resforaiion Contract 3 STANDARD CONSTRICTION SPECIFICATION DOCUMENTS I01587 Revised July 1,20I1 Bond Number 022-223-729 006I19-1 MAINTENANCE BOND Page I of 3 1 SECTION 00 6119 2 ACkEq l'ENAN•CE BOND 3 4 THE STATE,OF TEXAS § 5 § IiNOW ALL BY THESE PRESENTS: 6 COUNTY OF TAFAZANT § 7 8 That we.Omega Contracting lac.,known as"Principal"herein and Liberty.Mutual 9 Insurance Comaany, a corporate surety(sureties,if more than one)duly authorized to do business 10 in the State of Texas,known as"Surety"herein(whether one or more),are held and firmly bound 11 unto the City of Fort Worth,a municipal corporation created pursuant to the laws of the State of 12 Texas,known as"City"herein,in the sum of One million five hundred seven -four thousand 13 three hundred twelve and 851100 Dollars($($1 577 31�),lawful money of the United States, i I 14 to be paid in Fort'Worth,Tarrant County,Texas,for payment of which sum well and truly be 15 made unto the City and its successors,we bind ourselves,our heirs, executors,administ-ators, 16 successors and assigns,jointly and severally,firmly by these presents. f 17 I 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the 7th day May,2019,which Contract is hereby referred to and a made part hereof for all 20,• purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 21 as defined by lave,in the prosecution of the'Work,including any Work resulting from a duly 22 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 23 designated as 2018 CIP Concrete Restoration Contract 3, 101587,and. 24 25 WREREAS,Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans,specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two(2)years 1 28 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 29 30 NVHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in pact 31 upon receiving notice from the City of the need therefor at any time within the Maintenance � 32 Period. 33 k CITY OF FORT WORTH 2O18 C1P Conatete Restaraflon Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 s s i i 006119-2 1v1AIWENANCE SAND Page 2 of 3 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 Hull and void;otherwise to remain in 4 full force and effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work,it is agreed that the City may cause any and all such,defective Work to 8 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 Bled on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division; and 14 15 PROVIDED FURTHER,that this obligation shall be continuous i11 nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY or PORT WORTH 2018 CIP Concrete Ruxtoranm CwNAvci 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN VaTNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the__ 2nd day of May 3 - .20 19 , 4 5 PRINCIPAL: 6 Omega Contractinp Inc. 7 8 9 BY 10 Signature 11 &CAL 12 1314 Name and Title 15 c7F-D 16 Address:2518 Chalk Hill Road 17 Dallas Texas 75212 I8 d1d,S 1q, C� 19 20 Witness as to Principal 21 SURETY: 22 Lib utual Insurance Cnm a1n F 23 24 i 25 I 26 Signature 27 28 Robert M. Overbey, Jr. , Attorney in Fact i 29 A Name and Title 30 31 C Address:2200 Renaissance Blvd 32 (Sure ^ecretary Carol E. Hock Ste.400 33 y i act King of-Elussia,PA 19406-2755 34 35 Witnessast"urety Carol E. Hock Telephone Number: l-877-751-2640 36 Attorne�yy in Fact 37 *Note: If signed by an oker of the Surety Company,there must be on file a certified extract 38 from the bylaws 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 i f CITY OF PORT WORTH 2O18 CIP Concrete Restoration Con,,act 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMT-IN1'S 101587 Revised July 1,2011 f e a s t This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company mutuil. The Ohio Casualty Insurance Company Certificate No: 8197136 SURETY West American Insurance Company (POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Carol E.Hock,Suzonne D.Lawrence,Lauren O.Moudy,Robert M.Overbey,Jr. all of the city of Houston state of TX each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seat,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 17th day of October , 2018 Liberty Mutual Insurance Company t*�tNSugq POSY IN %NSLJ The Ohio Casualty Insurance Company West American Insurance Company Mtn R 3 "bc+ q3 °btu 1912 0 1919 1991 n By: co David M.Carey,Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss m � � c tU On this 17th day of October 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance O o ro Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes m > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. u LU IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. W Q. 03 SN PAST Cl) O i �k,��,ONW lAIr COMMONWEALTH OF PENNSYLVANIA L ti a r Notarial Seal 0'a 0;0 � o OF � y Teresa Pastefla,Notary Public � p N Upper MerionTwp.,Montgomery County By: 1Z ni p My Commission Expires March 28,2021 3 E �r Teresa Pastella,Notary Public o CO aHY yg�' Member,PannsylvanlaAssodatlon or Notades d Q LO L O Qs This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casually Insurance Company, Liberty Mutual Z o.S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o Q a; ARTICLE IV—OFFICERS:Section 12.Power of Attorney. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the m -0 President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporafion to make,execute,seal,acknowledge and deliver as surety 7 a co c any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall s N > have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporafion.When so executed,such °O Z t:: instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the evn provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o 0 ARTICLE XIh—Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0— Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,FZ r shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in fheir respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casually Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby cerlify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my Rand and affixed the seals of said Companies this 2nd day of May 2019 P�{Y INS& a tNSUj J °s�O2ss ''L J °aP°Rai 49y C,V per°i2rr'Y w 19 a° mp 1�� 12 0 o 1919 w o 4 1991 0$ �V1 By:�'4C askAedPstir +rs �kataNP aa$ Renee C.Llewellyn,Assistant secretor LMS-12873 LMIC OCIC WAIC Multi Co 062018 ' r SURETY TEXAS TEXAS IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener information o para someter una queja: You may call toll-free for information or to Usted puede llamar al numero de telefono gratis make a complaint at para informacion o para someter una queja al 1-877-751-2640 1-877-751-2640 You may also write to: Usted tambien puede escribir a: 2200 Renaissance Blvd., Ste. 400 2200 Renaissance Blvd., Ste. 400 King of Prussia, PA 19406-2755 King of Prussia,PA 19406-2755 You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information on companies, Seguros de Texas para obtener informacion coverages, rights or complaints at acerca de companias, coberturas, derechos o 1-800-252-3439 quejas al 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departamento de Seguros Consumer Protection(111-1 A) de Texas Consumer Protection(111-1 A) P. O.Box 149091 P. O. Box 149091 Austin, TX 78714-9091 Austin, TX 78714-9091 FAX: (512)490-1007 FAX#(512)490-1007 Web:h tdi. exas. ov Web:b_ft_R://www.Wijgxas.gcy E-mail: ConsumerProtection e tdi texas gov E-mail: Con erProteciion tex o PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your Si tiena una disputa concerniente a su prima o a premium or about a claim you should first un reclamo, debe comunicarse con el agente o contact the agent or call 1-800-843-6446, primero. Si no se resuelve la disputa, puede If the dispute is not resolved, you may contact the entonces comunicarse con el departamento(TDI) Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR UNA ESTE AVISO A SU POLIZA: POLICY: This notice is for information only and does not Este aviso es solo para proposito de informacion become a part or condition of the attached y no se convierte en parte o condicion del document. documento adjunto. NP 70 68 09 01 LMS-15292 10/15 AR " CERTIFICATE OF LIABILITY INSURANCE DATE(MMIBDNYYY) 5/1/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NI=GATIVELY 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 Payne 6363 State Highway 161 c PHpuE No Ext:214-989-7100 PAA1cX No):210-696-8414 Suite 100 ADDRESS: service ib-tx.com Irving TX 75038 INSURERS AFFORTNG COVERAGE NAIC# INSURER A: Philadelphia Indemnity Insurance Company 18058 INSURED AZTEENT-01 iNsuRER B:Hartford Underwriters Insurance Company 30104 Omega Contracting, Inc. INSURER C: Property and Casualty insurance Company of Hartfor 34690 2518 Chalk Hill Rd Dallas TX 75212 INSURER D:Hartford Casualty Insurance Company 29424 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:390193577 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 PE ADDLSUBR POLICYEFF POLICY EXP LIMITS LTR O POLICY NUMBER MM(DB/YYYY MM1DDffYYY B X COMMERCIAL GENERAL LIABILITY 46UEAlCI842 9/1/2018 9/1/2019 EACH OCCURRENCE $1,000,000 DAMAGE T' RENTED CLAIMS-MADE 1_3�1 OCCUR PRE"SES Ea occurrence $1,000,000 X Contractual Liab MED EXP(Any one person) $5,000 X XCU PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $2,000,000 POLICY JECT LOC PRODUCTS-GOMPIOPAGG $2,000,000 OTHER: LTD POLLUTION LIAR $100,000 C AUTOMOBILE LIABILITY 46UEAIC1841 9/7/2076 911I2019 COMRINEDSINGLELIMIT $1,000,000 Ea accident IX ANYAUTO BODILYINJURY(Perperson) $ OWNED SCHEDULED AUTOSONLY AUTOSBODILY1NJtrftY(Per accident) $ HIRED X NON-OWNED PROPERTYDAMAGE $ AUTOS ONLY AUTOS ONLY Per accident 0 X UMBRELLA LIAR X OCCUR 46RHAICS244 9/1/2018 9/1/2019 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MACE AGGREGATE $5,000,000 DED I X I RETENTION$ $ OTH- B WORKERS COMPENSATION 46VVEAAB9BAE 9111201a 9/tl2019 X AND EMPLOYERS'LIABILITY Y 1 N STATUE ER ANYPROPR[ETORIPARTNERtEXECUTiVE M NIA E.L.EACH ACCIDENT $1,000,000 OFFICERfMEMBEREXCLUDED7 (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 A Excess Umbrella PHUB645371 9/1/2018 9/1/2019 Each Occurrence 10,000,00o (Occurrence) Aggregate 10,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES ( 101,Additional Remarks Schedule,maybe attached if more space is required) The General Liability&Automobile policies include blanket automatic Additional Insured endorsements(HS2483 07/13,HS2424 03/17,HA9913 01187)that provide this feature only when there is a written contract with the Named Insured that requires such status.The General Liability, Auto,and Workers Compensation policies include blanket automatic Waiver of Subrogation endorsements(HS2483 07/13,HA9916 03/12,HA9913 01187, WC420304B)that provide this feature only when there is a written contract with the Named Insured that requires such status.Primary Non-Contributory wording per endorsement forms(H00001 09/16,HA991 6 03112).Contractual Liability for Railroads per endorsements(H82424 03117&CA2070 10101).Umbrella policy follows form of the underlying GL,Auto and WC.Excess Policy follows form of the underlying Umbrella policy.Cancellation per the attached endorsements(GH 02,RS5635 04115,XH 02,WC420601). See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL DE DELIVERED IN City of Fort Worth,Texas ACCORDANCE WITH THE POLICY PROVISIONS. Transportation and Public Works Department 1000 Throckmorton Street AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 01988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks ofACORD AGENCY CUSTOMER ID: AZTEENT-01 LOC#: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED IBTX Risk Services Omega Contracting,Inc. 2518 Chalk Hill Rd POLICY NUMBER Dallas TX 75212 CARRIER NA[C CODE ' EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE OCI#3-19-0007; 2018-CIP Concrete Restoration-Contract 3.City Project No.101587 Martin Street(Foard Street to Shackleford Street) Alta Mesa Boulevard(Whitman Avenue to Hulen Street) ACORD 101 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER; 46UEAIG1842 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMMONAL INSURED a 0WHMS, LESSr--- rS OR COMMACTORS m OP MM IV This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE. PART SCHEDULE Name Of Additional Insured Person(s) Designated Project(s)Or Location(s) Or Or anization s ; Of Covered Operations: Blanket as required by written contract agreement Information required to complete this Schedule if not shown above will be shown in the Declarations. A. With respect to those person(s) or organization(s) ' but only if: shown in the Schedule above when you have (a) The written contract or written agreed in a written contract or written agreement agreement requires you to provide to provide insurance such as is afforded under this such coverage to such additional policy to them, Subparagraph f., Any Other insured at the project(s) or location(s) Party, under the Additional Insureds When designated in the Schedule; and Required By Written Contract, Written Agreement Or Permit Paragraph of Section Il -- (b) This Coverage Part provides coverage Who Is An Insured is replaced with the following: for"bodily injury included within or "property damage" n the praducts- f. Any Other Party completed operations hazard". Any other person or organization who is not The insurance afforded to the additional an insured under Paragraphs a. through e. insured shown in the Schedule applies: above, but only with respect to liability for "bodily injury", "property damage"or"personal (1) Only if the "bodily injury" or "property and advertising injury"arising out of. damage" occurs, or the "personal and advertising injury" offense is committed: (1) �Yppr ongoing operations performed for (a) During the policy period;and such additional insured at the project(s) or (b) Subsequent to the execution of such location(s)designated in the Schedule; written contract or written agreement; (2) Premises owned by or rented to you and and shown in the Schedule;or {3} "Your work" for the additional insured at (c) Prior to the expiration of the period of the project(s) or location(s) designated in time that the written contract or written the Schedule and included within the agreement requires such insurance "products-completed operations hazard", be provided to the additional insured. Form HS 24 83 0713 Page 1 of 2 © 2013,The Hartford (Includes copyrighted material of Insurance Services Office, Inc., with its permission.) (2) Only to the extent permitted by law; and When You Add Others As An Additional! (3) Will not be broader than that which you Insured To This Insurance are required by the written contract or (a) Primary Insurance When Required By written agreement to provide for such Contract additional insured. This insurance is primary if you have agreed With respect to the insurance afforded to the in a written contract or written agreement that person(s) or organization(s)that are additional this insurance be primary. If other insurance insureds under this endorsement, the is also primary, we will share with all that following additional exclusion applies: other insurance by the method described in This insurance does not apply to "bodily Paragraph (c)below. This insurance does not injury", "property damage" or "personal and apply to other insurance to which the advertising injury" arising out of the rendering additional insured in the Schedule has been of, or the failure to render, any professional added as an additional insured. architectural, engineering or surveying (b) Priirnary And Nan-Coniributory To Other services, including: fnsurance Whun Rugwrpd By Contract (1) The preparing, approving, or failing to This insurance is primary to and will not seek prepare or approve maps, shop drawings, contribution from any other insurance opinions, reports, surveys, field orders, available to an additional insured under your change orders, designs or specifications; policy provided that: or (i) The additional insured in the Schedule is (2) Supervisory, inspection, architectural or a Famed Insured under such other engineering activities. insurance; and The limits of insurance that apply to the additional (ii) You have agreed in a written contract or insured shown in the Schedule are described in the written agreement that this insurance Limits Of Insurance section. would be primary and would not seek How this insurance applies when other insurance is contribution from any other insurance available to the additional insured is described in the available to the additional insured in the Other Insurance Condition in Section IV — - Schedule. Commercial General Liability Conditions, except as (c) �Iethod Of Sharing otherwise amended below. If all of the other insurance permits B. With respect to insurance provided to the contribution by equal shares, we will follow person(s) or organization(s) that are additional this method also. Under this approach, each insureds under this endorsement, the When You insurer contributes equal amounts until it has Add Others As An Additional Insured To This paid its applicable limit of insurance or none of Insurance subparagraph, under the Other the loss remains,whichever comes first. Insurance Condition of Section IV—Commercial If any of the other insurance does not permit General Liability Conditions is replaced with the contribution by equal shares, we will following: contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. All other terms and conditions in the policy remain unchanged. Page 2 of 2 Form HS 24 83 0713 POLICY NUMBER:46UEAC11842 COMMERCIAL GENERAL LRA131LI Y GOVEHAGE FORM Various provisions in this policy restrict coverage. (1) The "bodily injury" or "property damage" is Read the entire policy carefully to determine rights, caused by an "occurrence" that takes duties and what is and is not covered. place in the "coverage territory"; Throughout this policy the words "you" and "your" (2) The "bodily injury" or "property damage" refer to the Named Insured shown in the occurs during the policy period; and Declarations, and any other person or organization (3) Prior to the policy period, no insured listed qualifying as a Named Insured under this policy. The under Paragraph 1. of Section II - Who Is words "we", "us" and "our" refer to the stock An Insured and no "employee" authorized insurance company member of The Hartford by you to give or receive notice of an - providing this insurance. "occurrence" or claim, knew that the The word "insured" means any person or "bodily injury" or "property damage" had organization qualifying as such under Section 11 - occurred, in whole or in part. If such a Who Is An Insured. fisted insured or authorized "employee" Other words and phrases that appear in quotation knew, prior to the policy period, that the marks have special meaning. Refer to Section V - "bodily injury" or "property damage" Definitions. occurred, then any continuation, change SECTION I_ COVERAGES or resumption of such "bodily injury" or "property damage" during or after the COVERAGE A BODILY INJURY AND PROPERTY policy period will be deemed to have been DAMAGE LIABILITY known prior to the policy period. 1. Insuring Agreement c. "Bodily injury" or "property damage" will be a. We will pay those sums that the insured deemed to have been known to have becomes legally obligated to pay as damages occurred at the earliest time when any because of "bodily injury or property insured listed under Paragraph 1. of Section II damage" to which this insurance applies. We - Who Is An Insured or. any "employee" will have the right and duty to defend the authorized by you to give or receive notice of insured against any "suit" seeking those an"occurrence" or claim: damages. However, we will have no duty to (1) Reports all, or any part, of the "bodily defend the insured against any "suit" seeking injury" or "property damage" to us or any damages for "bodily injury" or "property other'insurer; damage" to which this insurance does not (2) Receives a written or verbal demand or apply. We may, at our discretion, investigate claim for damages because of the "bodily any"occurrence" and settle any claim or"suit" injury" or"property damage'; or that may result. But: (1) The amount we will pay for damages is (3) Becomes aware by any other means that limited as described in Section 111 - Limits bodily injury" or property damage has Insurance; and occurred or has begun to occur. Of(2) Our right and duty to defend ends when d. Damages because of "bodily injury" include damages claimed by any person or we have used up the applicable limit of organization for care, loss of services or insurance in the payment of judgments or death resulting at any time from the "bodily settlements under Coverages A or B or injury" medical expenses under Coverage C. e. Incidental Medical Malpractice And Goad No other obligation or liability to pay sums or Samaritan Coverage perform acts or services is covered unless explicitly provided for under Supplementary "Bodily injury" arising out of the rendering of Payments- Coverages A and B. or failure to render the following health care . This insurance applies to "bodily injury" and services by any "employee" or "volunteer b i ndamage" only�f worker" shall be deemed to be caused by an "property g " Y : occurrence for: HG 00 01 09 16 Page 1 of 21 ©2016 The Hartford (Includes copyrighted material of Insurance Services Office, Inc. with its permission.) (1) Professional health care services such as: (a) Liability to such party for, or for the (a) Medical, surgical, dental, laboratory, x- cost of, that party's defense has also ray or nursing services or treatment, been assumed in the same "insured advice or instruction, or the related contract";and furnishing of food or beverages; (b)Such attorney fees and litigation (b)Any health or therapeutic service, expenses are for defense of that party treatment, advice or instruction;or against a civil or alternative dispute (c) The furnishing or dispensing of drugs resolution proceeding in which or medical, dental, or surgical supplies damages to which this insurance or appliances; or applies are alleged. (2) First aid services, which include: c. Liquor Liability "Bodily injury" or "property damage" for which (a) Cardiopulmonary resuscitation,whether performed manually or with a any insured may be held liable by reason of: defibrillator;or (1) Causing or contributing to the intoxication (b)Services performed as a Good of any person; Samaritan. (2) The furnishing of alcoholic beverages to a For the purpose of determining the limits of person under the legal drinking age or under the influence of alcohol; or insurance, any act or omission together with all related acts or omissions in the furnishing (3) Any statute, ordinance or regulation of these services to any one person will be relating to the sale, gift, distribution or use considered one"occurrence". of alcoholic beverages. However, this Incidental Medical Malpractice This exclusion applies even if the claims And Good Samaritan Coverage provision against any insured allege negligence or applies only if you are not engaged in the other wrongdoing in: business or occupation of providing any of the (a) The supervision, hiring, employment, services described in this provision. training or monitoring of others by that 2. Exclusions insured;or This insurance does not apply to: (b) Providing or failing to provide a. Expected Or Intended Injury transportation with respect to any person that may be under the influence "Bodily injury" or "property damage" expected of alcohol; or intended from the standpoint of the if the "occurrence" which caused the "bodily insured. This exclusion does not apply to „ „ injury or property damage", involved that "bodily injury or property damage" resulting which is described in Paragraph (1), (2) or(3) from the use of reasonable force to protect above. persons or property. b. Contractual Liability However, this exclusion applies only if you are in the business of manufacturing, "Bodily injury" or "property damage" for which distributing, selling, serving or furnishing the insured is obligated to pay damages by alcoholic beverages. For the purposes of this reason of the assumption of liability in a exclusion, permitting a person to bring contract or agreement. This exclusion does alcoholic beverages on your premises, for not apply to liability for damages: consumption on your premises, whether or (1) That the insured would have in the not a fee is charged or a license is required absence of the contract or agreement;or for such activity, is not by itself considered the (2) Assumed in a contract or agreement that business of selling, serving or furnishing alcoholic beverages. is an "insured contract", provided the "bodily injury" or "property damage" d. Workers' Compensation And Similar Laws occurs subsequent to the execution of the Any obligation of the insured under a workers' contract or agreement. Solely for the compensation, disability benefits or purposes of liability assumed in an unemployment compensation law or any "insured contract", reasonable attorney similar law. fees and necessary litigation expenses e. Employer's Liability incurred by or for a party other than an insured are deemed to be damages "Bodily injury"to: because of "bodily injury" or "property (1) An "employee" of the insured arising out of damage", provided: and in the course of: Page 2 of 21 HG 00 01 09 16 (a) Employment by the insured; or (a) Which are or were at any time (b) Performing duties related to the transported, handled, stored, treated, conduct of the insured's business; or disposed of, or processed as waste by (2) The spouse, child, parent, brother or sister or for: of that "employee" as a consequence of (i) Any insured;or Paragraph (1) above. (ii) Any person or organization for This exclusion applies: whom you may be legally (1) Whether the insured may be liable as an responsible; employer or in any other capacity, and (d)At or from any premises, site or (2) To any obligation to share damages with location on which any insured or any or repay someone else who must pay contractors or subcontractors working damages because of the injury. directly or indirectly on any insured's This exclusion does not apply to liability behalf are performing operations if the assumed by the insured under an "insured "pollutants" are brought in or to the contract". premises, site or location in connection with such operations by such insured, f. Pollution contractor or subcontractor. However, (1) "Bodily injury" or "property damage" this subparagraph does not apply to: arising out of the actual, alleged or (1) "Bodily injury" or "property damage" threatened discharge, dispersal, seepage, arising out of the escape of fuels, migration, release or escape of lubricants or other operating fluids "pollutants": which are needed to perform the (a) At or from any premises, site or normal electrical, hydraulic or location which is or was at any time mechanical functions necessary for owned or occupied by, or rented or the operation of "mobile equipment" loaned to, any insured. However, this or its parts, if such fuels, lubricants subparagraph does not apply to: or other operating fluids escape (i) "Bodily injury" if sustained within a from a vehicle part designed to - building and caused by smoke, hold, store or receive them.-This fumes, vapor or soot produced by exception does not apply if the or originating from equipment that "bodily injury" or "property damage" is used to heat, cool or dehumidify arises out of the intentional the building, or equipment that is discharge, dispersal or release of used to heat water for personal the fuels, lubricants or other use, by the building's occupants or operating fluids, or if such fuels, their guests; lubricants or other operating fluids (iii) "Bodily injury" or"property damage" are brought on or to the premises, for which you may be held liable, if site or location with the intent that you are a contractor and the owner they be discharged, dispersed or or lessee of such premises, site or released as part of the operations location has been added to your being performed by such insured, policy as an additional insured with contractor or subcontractor; respect to your ongoing operations (U) `Bodily injury" or"property damage" performed for that additional sustained within a building and insured at that premises, site or caused by the release of gases, location and such premises, site or fumes or vapors from materials location is not and never was brought into that building in owned or occupied by, or rented or connection with operations being loaned to, any insured, other than performed by you or on your behalf that additional insured; or by a contractor or subcontractor;or (!ii) "Bodily injury" or"property damage" (iii) "Bodily injury"or"property damage" arising out of heat, smoke or fumes arising out of heat, smoke or fumes from a"hostile fire"; from a"hostile fire";or (b)At or from any premises, site or (e) At or from any premises, site or location which is or was at any time location on which any insured or any used by or for any insured or others for contractors or subcontractors working the handling, storage, disposal, directly or indirectly on any insured's processing or treatment of waste; behalf are performing operations if the HG 00 010916 Page 3 of 21 operations are to test for, monitor, (4) Liability assumed under any "insured clean up, remove, contain, treat, contract" for the ownership, maintenance detoxify or neutralize, or in any way or use of aircraft or watercraft; respond to, or assess the effects of, (5) "Bodily injury" or "property damage" "pollutants". arising out of: (2) Any loss, cost or expense arising out of (a) The operation of machinery or any: equipment that is attached to, or part (a) Request, demand, order or statutory or of, a land vehicle that would qualify regulatory requirement that any under the definition of "mobile insured or others test for, monitor, equipment" if it were not subject to a clean up, remove, contain, treat, compulsory or financial responsibility detoxify or neutralize, or in any way law or other motor vehicle insurance respond to, or assess the effects of, law where it is licensed or principally "pollutants"; or garaged; or (b) Claim or suit by or on behalf of a (b) The operation of any of the machinery governmental authority for damages or equipment listed in Paragraph f.(2) because of testing for, monitoring, or f.(3) of the definition of "mobile cleaning up, removing, containing, equipment"; or treating, detoxifying or neutralizing, or (6) An aircraft that is not owned by any in any way responding to, or assessing insured and is hired, chartered or loaned the effects of, "pollutants". with a paid crew. However, this exception _ However,this paragraph does not apply to does not apply if the insured has any other liability for damages because of "property insurance for such "bodily injury" or damage" that the insured would have in "property damage", whether the other the absence of such request, demand, insurance is primary, excess, contingent order or statutory or regulatory or on any other basis. requirement, or such claim or "suit" by or h. Mobile Equipment on behalf of a governmental authority. g. Aircraft, Auto Or Watercraft "Bodily injury" or "property damage" arising out of: "Bodily injury" or "property damage" arising (1) The transportation of "mobile equipment" out of the ownership, maintenance, use or by an "auto" owned or operated by or entrustment to others of any aircraft, "auto" or rented or loaned to any insured;or watercraft owned or operated by or rented or (2) The use of "mobile equipment" in, or while loaned to any insured. Use includes operation in practice for, or while being prepared for, and "loading or unloading". any prearranged racing, speed, This exclusion applies even if the claims demolition, or stunting activity. against any insured allege negligence or 1„ War other wrongdoing in the supervision, hiring, employment, training or monitoring of others "Bodily injury" or "property damage", however by that insured, if the "occurrence" which caused, arising, directly or indirectly, out of: caused the "bodily injury" or "property (1) War, including undeclared or civil war; damage" involved the ownership, (2) Warlike action by a military force, including maintenance, use or entrustment to others of action in hindering or defending against an any aircraft, "auto" or watercraft that is owned actual or expected attack, by any or operated by or rented or loaned to any government, sovereign or other authority insured. using military personnel or other agents; This exclusion does not apply to: or (1) A watercraft while ashore on premises you (3) Insurrection, rebellion, revolution, usurped own or rent; power, or action taken by governmental (2) A watercraft you do not own that is: authority in hindering or defending against (a) Less than 51 feet long; and any of these. (b) Not being used to carry persons for a j. Damage To Property charge; "Property damage"to: (3) Parking an "auto" on, or on the ways next (1) Property you own, rent, or occupy, to, premises you own or rent, provided the including any costs or expenses incurred "auto" is not owned by or rented or loaned by you, or any other person, organization to you or the insured; or entity, for repair, replacement, Page 4 of 21 HG 00 01 0916 enhancement, restoration or maintenance rn. Damage To Impaired Property Or Property of such property for any reason, including Not Physically Injured prevention of injury to a person or damage "Property damage" to "impaired property" or to another's property; property that has not been physically injured, (2) Premises you sell, give away or abandon, arising out of: if the "property damage" arises out of any (1) A defect, deficiency, inadequacy or part of those premises; dangerous condition in "your product" or (3) Property loaned to you; "your work";or (4) Personal property in the care, custody or (2) A delay or failure by you or anyone acting control of the insured; on your behalf to perform a contract or (5) That particular part of real property on agreement in accordance with its terms. which you or any contractors or This exclusion does not apply to the loss of subcontractors use of other property arising out of sudden working directly or indirectly on your behalf and accidental physical. injury to "your are performing operations, if the "property product" or "your work" after it has been put damage"arises out of those operations;or to its intended use. (6) That particular part of any property that n. Recall Of Products, Work Or Impaired must be restored, repaired or replaced Property because "your work" was incorrectly performed on it. Damages claimed for any loss, cost or P expense incurred by you or others for the loss Paragraphs (1}, (3) and (4) of this exclusion do not apply to "property damage" (other than of use, withdrawal, recall, inspection, repair, damage by fire) to premises, including the replacement, adjustment, removal or disposal of: contents of such premises, rented to you fora Your redact"; period of seven or fewer consecutive days. A (1) " p separate limit of insurance applies to Damage (2) "Your work"; or To Premises Rented To You as described in (3) "Impaired property"; Section III- Limits Of Insurance. Paragraph(2) of this exclusion does not apply if such product, work, or property is withdrawn if the premises are your work" and were or recalled from the market or from use by any person or organization because of a never occupied, rertited.ar held for rental by known or suspected defect, deficiency, you. inadequacy or dangerous condition in it. Paragraphs (3) and (4) of this exclusion do o. Personal And Advertising Injury not apply to property damage" arising from the use of elevators. "Bodily injury" arising out of "personal and Paragraphs (3), (4), (5) and (6) of this advertising injury". exclusion do not apply to liability assumed p. Access or Disclosure Of Confidential Or under a sidetrack agreement. Personal Information And Data-related Paragraphs (3) and (4) of this exclusion do Liability not apply to "property damage" to borrowed Damages arising out of: equipment while not being used to perform (1) Any access to or disclosure of any operations at the job site. person's or organization's confidential or Paragraph(6) of this exclusion does not apply personal information, including patents, to "property damage" included in the trade secrets, processing methods, "products-completed operations hazard". customer lists, financial information, credit k. Damage To Your Product card information, health information or any "Property damage" to "your product" arising other type of nonpublic information;or out of it or any part of it. (2) The loss of, loss of use of, damage to, I. Damage To Your Work corruption of, inability to access, or "Property damage" to "your work" arising out inability to manipulate electronic data. of it or any part of it and included in the This exclusion applies even if damages are "products-completed operations hazard". claimed for notification costs, credit This exclusion does not apply if the damaged monitoring expenses, forensic expenses, work or the work out of which the damage public relations expenses or any other loss, arises was performed on your behalf by a cost or expense incurred by you or others subcontractor. arising out of that which is described in Paragraph (1)or(2)above. HG 00 01 0916 Page 5 of 21 However, unless Paragraph (1) above detoxifying or neutralizing or in any applies, this exclusion does not apply to way responding to or assessing the damages because of"bodily injury". effects of an "asbestos hazard". As used in this exclusion, electronic data s. Recording And Distribution Of Material Or means information, facts or programs stored Information In Violation Of Law as or on, created or used on, or transmitted to "Bodily injury" or "property damage" arising or from computer software, including systems directly or indirectly out of any action or and applications software, hard or floppy omission that violates or is alleged to violate: disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which (1) The Telephone Consumer Protection Act are used with electronically controlled (TCPA}, including any amendment of or equipment. addition to such law; (2) The CAN-SPAM Act of 2003, including q. Employment-Related Practices any amendment of or addition to such law; "Bodily injury"to: 1 A person arising out of an (3) The Fair Credit Reporting Act(FCRA), and ( ) p g y "employment- any amendment of or addition to such law, related practices'; or including the Fair and Accurate Credit . (2) The spouse, child, parent, brother or sister Transaction Act(FACTA); or of that person as a consequence of"bodily (4) Any federal, state or local statute, injury" to that person at whom any ordinance or regulation, other than the "employment-related practices are TCPA or CAN-SPAM Act of 2003 or FCRA directed. and their amendments and additions, that This exclusion applies: addresses, prohibits or limits the printing, (1) Whether the injury-causing event dissemination, disposal, collecting, described in the definition of"employment- recording, sending, transmitting, related practices" occurs before communicating or distribution of material employment, during employment or after or information. employment of that person; Damage To Premises Rented To You - (2) Whether the insured may be liable as an Exception For Damage By Fire, Lightning Or employer or in any other capacity; and Explosion (3) To any obligation to share damages with Exclusions c. through h. and 1. through n. do not or repay someone else who must pay apply to damage by fire, lightning or explosion to damages because of the injury, premises while rented to you or temporarily r. Asbestos occupied by you with permission of the owner. A separate limit of insurance applies to this (1) "Bodily injury" or "property damage" coverage as described in Section III - Limits Of arising out of the "asbestos hazard". Insurance. (2) Any damages, judgments, settlements, COVERAGE B PERSONAL AND ADVERTISING loss, costs or expenses that: INJURY LIABILITY (a) May be awarded or incurred by reason 1. Insuring Agreement of any claim or suit alleging actual or a. We will pay those sums that the insured threatened injury or damage of any becomes legally obligated to pay as damages nature or kind to persons or property because of "personal and advertising injury" which would not have occurred in to which this insurance applies. We will have whole or in part but for the "asbestos the right and duty to defend the insured hazard"; against any "suit" seeking those damages. (b)Arise out of any request, demand, However, we will have no duty to defend the order or statutory or regulatory insured against any "suit" seeking damages requirement that any insured or others for "personal and advertising injury" to which test for, monitor, dean up, remove, this insurance does not apply. We may, at our encapsulate, contain, treat, detoxify or discretion, investigate any offense and settle neutralize or in any way respond to or any claim or"suit"that may result. But: assess the effects of an "asbestos (1) The amount we will pay for damages is hazard"; or limited as described in Section III - Limits (c) Arise out of any claim or suit for Of Insurance; and damages because of testing for, (2) Our right and duty to defend end when we monitoring, cleaning up, removing, encapsulating, containing, treating, have used up the applicable limit of insurance in the payment of judgments or Page 6 of 21 HG 00 01 09 16 settlements under Coverages A or B or h. Wrong Description Of Prices medical expenses under Coverage C. "Personal and advertising injury" arising out of No other obligation or liability to pay sums or the wrong description of the price of goods, perform acts or services is covered unless products or services. explicitly provided for under Supplementary L Infringement Of Intellectual Property Payments-Coverages A and B. Rights b. This insurance applies to "personal and (1) "Personal and advertising injury" arising advertising injury" caused by an offense out of any actual or alleged infringement arising out of your business but only if the or violation of any intellectual property offense was committed in the "coverage rights such- as copyright, territor "during the olio period. g patent, Y 9 policy p trademark, trade name, trade secret, trade 2. Exclusions dress, service mark or other designation This insurance does not apply to: of origin or authenticity;or a. Knowing Violation Of Flights Of Another (2) Any injury or damage alleged in any clam "Personal and advertising injury" arising out of or "suit" that also alleges an infringement an offense committed by, at the direction or or violation of any intellectual property with the consent or acquiescence of the right, whether such allegation of insured with the expectation of inflicting infringement or violation is made by you or "personal and advertising injury". by any other party involved in the claim or "suit", regardless of whether this b. Material Published With Knowledge Of insurance would otherwise apply. Falsity However, this exclusion does not apply if the "Personal and advertising injury" arising out of only allegation in the claim or "suit" involving oral, written or electronic publication, in any any intellectual property right is limited to: manner, of material, if done by or at the (1) Infringement, in your"advertisement", of: direction of the insured with knowledge of its falsity. (a) Copyright; c. Material Published Prior To Policy Period (b) Slogan;or "Personal and advertising injury" arising out of (c) Title of any literary or artistic work;or oral, written or electronic publication, in any (2) Copying, in .your "advertisement", a manner, of material whose first publication person's or organization's "advertising took place before the beginning of the policy idea" or style of"advertisement period. j. Insureds In Media And Internet Type d. Criminal Acts Businesses "Personal and advertising injury" arising out of 'Personal and advertising injury" committed a criminal act committed by or at the direction by an insured whose business is: of the insured. (1) Advertising, broadcasting, publishing or e. Contractual Liability telecasting; "Personal and advertising injury"for which the r (2) Designing or determining content of web insured has assumed liability in a contract or sites for others;or agreement. This exclusion does not apply to (3) An Internet search, access, content or liability for damages that the insured would service provider. have in the absence of the contract or agreement. However, this exclusion does not apply to Paragraphs a., b. and c. of the definition of f. Breach Of Contract "personal and advertising injury" under the "Personal and advertising injury"arising out of a Definitions Section. breach of contract,except an implied contract to For the purposes of this exclusion, the placing use another's "advertising idea" in your of frames, borders or links, or advertising, for "advertisement". you or others anywhere on the Internet, is not g. Quality Or Performance Of Goods- Failure by itself, considered the business of To Conform To Statements advertising, broadcasting, publishing or "Personal and advertising injury" arising out of telecasting. the failure of goods, products or services to k. Electronic Chatrooms Or Bulletin Boards conform with any statement of quality or "Personal and advertising injury" arising out of performance made in your"advertisement". an electronic chatroom or bulletin board the HG 00 01 0916 Page 7 of 21 insured hosts, owns, or over which the (4) Computer code, software or programming insured exercises control. used to enable: 1. Unauthorized Use Of Another's Name Or (a)Your web site; or Product (b)The presentation or functionality of an "Personal and advertising injury" arising out of "advertisement" or other content on the unauthorized use of another's name or your web site. product in your e-mail address, domain name q. Right Of Privacy Created By Statute or metatags, or any other similar tactics to mislead another's potential customers_ "Personal and advertising injury" arising out of m. Pollution the violation of a person's right of privacy created by any state or federal act. "Personal and advertising injury" arising out of However, this exclusion does not apply to the actual, alleged or threatened discharge, liability for damages that the insured would dispersal, seepage, migration, release or have in the absence of such state or federal escape of"pollutants" at any time. act n. Pollution-Related r. Violation Of Anti-Trust law Any loss, cost or expense arising out of any: "Personal and advertising injury" arising out of (1) Request, demand, order or statutory or a violation of any anti-trust law. regulatory requirement that any insured or s. Securities others test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in "Personal and advertising injury"arising out of any way respond to, or assess the effects the fluctuation in price or value of any stocks, of, "pollutants"; or bonds or other securities. (2) Claim or suit by or on behalf of a t. Recording And Distribution Of Material Or governmental authority for damages Information In Violation Of Law because of testing for, monitoring, "Personal and advertising injury" arising cleaning up, removing, containing, directly or indirectly out of any action or treating, detoxifying or neutralizing, or in omission that violates or is alleged to violate: any way responding to, or assessing the (1) The Telephone Consumer Protection Act effects of, "pollutants". (TCPA), including any amendment of or o. War addition to such law; "Personal and advertising injury", however (2) The CAN-SPAM Act of 2003, including caused, arising, directly or indirectly, out of: any amendment of or addition to such law; (1) War, including undeclared or civil war; (3) The Fair Credit Reporting Act(FCRA), and (2) Warlike action by a military force, including any amendment of or addition to such law, action in hindering or defending against an including the Fair and Accurate Credit actual or expected attack, by any Transaction Act(FACIA); or government, sovereign or other authority (4) Any federal, state or local statute, using military personnel or other agents; ordinance or regulation, other than the or TCPA or CAN-SPAM Act of 2003 or FCRA (3) Insurrection, rebellion, revolution, usurped and their amendments and additions, that power, or action taken by governmental addresses, prohibits or limits the printing, authority in hindering or defending against dissemination, disposal, collecting, any of these. recording, sending, transmitting, communicating or distribution of material p. Internet Advertisements And Content Of or information. Others u. Employment-Related Practices "Personal and advertising injury" arising out of: "Personal and advertising injury"to: (1) An "advertisement" for others on your web (1) A person arising out of any "employment- site; related practices"; or (2) Placing a link to a web site of others on (2) The spouse, child, parent, brother or sister your web site; of that person as a consequence of "personal and advertising injury" to that (3) Content, including information, sounds, person at whom any "employment-related text, graphics, or images from a web site practices"are directed. of others displayed within a frame or border on your web site; or Page 8 of 21 HG 00 01 0916 This exclusion applies: COVERAGE C MEDICAL PAYMENTS (1) Whether the injury-causing event 1. Insuring Agreement described in the definition of "employment- a. We will pay medical expenses as described related practices" occurs before below for "bodily injury" caused by an employment, during employment or after accident: employment of that person; (1) On premises you own or rent; (2) Whether the insured may be liable as an employer or in any other capacity; and (2) On ways next to premises you awn or. rent; or (3) To any obligation to share damages with (3) Because of your operations; or repay someone else who must pay damages because of the injury. provided that: v. Asbestos (1) The accident takes place in the "coverage (1) "Personal and advertising injury" arising territory"and during the policy period; out of the "asbestos hazard". (2) The expenses are incurred and reported (2) Any damages, judgments, settlements, to us within three years of the date of the loss, costs or expenses that: accident;and (a) May be awarded or incurred by reason (3) The injured person submits to of any.claim or suit alleging actual or examination, at our expense, by threatened injury or damage of any physicians of our choice as often as we nature or kind to persons or property reasonably require. which would not have occurred in b. We will make these payments regardless of whole or in part but for the "asbestos fault. These payments will not exceed the hazard"; applicable limit of insurance. We will pay (b)Arise out of any request, demand, reasonable expenses for: order or statutory or regulatory (1) First aid administered at the time of an requirement that any insured or others accident; test for, monitor, clean up, remove, (2) Necessary medical, surgical, X-ray and encapsulate, contain, treat, detoxify or dental services, including prosthetic neutralize or in any way respond to or devices;and assess .the effects of an "asbestos hazard'; or_ __ (3) Necessary ambulance, hospital, professional nursing and funbral services. (c)Arise out of any claim or suit for damages because of testing for, 2. Exclusions monitoring, cleaning up, removing, We will not pay expenses for"bodily injury": encapsulating, containing, treating, a. Any Insured detoxifying or neutralizing or in any To any insured, except "volunteer workers". way responding to or assessing the effects of an"asbestos hazard". b. Hired Person w. Access Or Disclosure Of Confidential Or To a person hired to do work for or on behalf Personal Information of any insured or a tenant of any insured. "Personal and advertising injury" arising out of c. Injury On Normally Occupied Premises any access to or disclosure of any person's or To a person injured on that part of premises organization's confidential or personal you own or rent that the person normally information, including patents, trade secrets, occupies. processing methods, customer lists, financial d. Workers Compensation And Similar Laws information, credit card information, health information or any other type of nonpublic To a person, whether or not an "employee" of information. any insured, if benefits for the"bodily injury" are This exclusion applies even if damages are payable or must be provided under a workers' claimed for notification costs, credit compensation or disability benefits law or a similar law. monitoring expenses, forensic expenses, public relations expenses or any other loss, e. Athletics Activities cost or expense incurred by you or others To a person injured while practicing, arising out of any access to or disclosure of instructing or participating in any physical any person's or organization's confidential or exercises or games, sports, or athletic personal information. contests. HG 00 01 09 16 Page 9 of 21 f. Products-Completed Operations Hazard assumed by the insured in the same "insured Included within the "products-completed contract"; operations hazard". d. The allegations in the "suit" and the g. Coverage A Exclusions information we know about the "occurrence" Excluded under Coverage A. are such that no conflict appears to exist between the interests of the insured and the SUPPLEMENTARY PAYMENTS e COVERAGES A AND 13 interests of the indemnitee; 1. We will pay, with respect to any claim we e. The indemnitee and the insured ask us to investigate or settle, or any "suit" against an conduct and control the defense of that insured we defend: indemnitee against such "suit and agree that we can assign the same counsel to defend a. All expenses we incur. the insured and the indemnitee;and b. Up to $1,000 for cost of bail bonds required f. The indemnitee: because of accidents or traffic law violations arising out of the use of any vehicle to which (�) Agrees in writing to: the Bodily Injury Liability Coverage applies. (a) Cooperate with us in the investigation, We do not have to furnish these bonds. settlement or defense of the "suit"; c. The cost of appeal bonds or bonds to release (b) Immediately send us copies of any attachments, but only for bond amounts demands, notices, summonses or legal within the applicable limit of insurance. We do papers received in connection with the not have to furnish these bonds. "suit"; d. All reasonable expenses incurred by the (c) Notify any other insurer whose insured at our request to assist us in the coverage is available to the investigation or defense of the claim or "suit", indemnitee;and including actual loss of earnings up to $500 a day because of time off from work. (d) Cooperate with us with respect to coordinating other applicable e. All court costs taxed against the insured in insurance available to the indemnitee; the "suit". However, ,such costs do not and include attorneys' fees, attorneys' expenses, witness or expert fees, or any other expenses (2) Provides us with written authorization to: of a party taxed to the insured. (a) Obtain records and other information f. Prejudgment interest awarded against the related to the "suit"; and insured on that part of the judgment we pay. if (b)Conduct and control the defense of the we make an offer to pay the applicable limit of indemnitee in such "suit". insurance, we will not pay any prejudgment So long as the above conditions are met, interest based on that period of time after the attorneys' fees incurred by us in the defense of offer. that indemnitee, necessary litigation expenses g. All interest on the full amount of any judgment incurred by us and necessary litigation expenses that accrues after entry of the judgment and incurred by the indemnitee at our request will be before we have paid, offered to pay, or paid as Supplementary Payments. deposited in court the part of the judgment Notwithstanding the provisions of Paragraph that is within the applicable limit of insurance. 2.b.(2) of Section 1 - Coverage A - Bodily Injury These payments will not reduce the limits of And Property Damage Liability, such payments insurance. will not be deemed to be damages for "bodily 2. If we defend an insured against a "suit" and an injury" and"property damage"and will not reduce indemnitee of the insured is also named as a the limits of insurance. party to the "suit", we will defend that indemnitee Our obligation to defend an insured's indemnitee if all of the following conditions are met: and to pay for attorneys' fees and necessary a. The "suit" against the indemnitee seeks litigation expenses as Supplementary Payments damages for which the insured has assumed ends when: the liability of the indemnitee in a contract or a. We have used up the applicable limit of agreement that is an "insured contract"; insurance in the payment of judgments or b. This insurance applies to such liability settlements;or assumed by the insured; b. The conditions set forth above, or the terms of c. The obligation to defend, or the cost of the the agreement described in Paragraph f. defense of, that indemnitee, has also been above, are no longer mot. Page 10 of 21 HG 00 01 09 16 SECTION II-WHO IS AN INSURED "volunteer worker" as a consequence 1. If you are designated in the Declarations as: of Paragraph (1)(a) above; a. An individual, you and your spouse are (c) For which there is any obligation to insureds, but only with respect to the conduct share damages with or repay someone of a business of which you are the sole else who must pay damages because owner. of the injury described in Paragraphs b. A partnership or joint venture, you are an (1)(a) or(1)(b) above;or insured. Your members, your partners, and (d)Arising out of his or her providing or their spouses are also insureds, but only with failing to provide professional health respect to the conduct of your business. care services. c. A limited liability company, you are an if you are not in the business of providing insured. Your members are also insureds, but professional health care services: only with respect to the conduct of your (a) Subparagraphs (1)(a), (1)(b) and (1)(c) business. Your managers are insureds, but above do not apply to any "employee" only with respect to their duties as your or "volunteer worker" providing first aid managers. services; and d. An organization other than a partnership, joint (b)Subparagraph (1)(d) above does not venture or limited liability company, you are apply to any nurse, emergency medical an insured. Your. "executive officers" and technician or paramedic employed by directors are insureds, but only with respect to you to provide such services. their duties as your officers or directors. Your (2) "Property damage" to property: stockholders are also insureds, but only with (a) Owned, occupied or used by, respect to their liability as stockholders. e. A trust, you are an insured. Your trustees are (b) Rented to, in the care, custody or also insureds, but only with respect to their control of, or over which physical duties as trustees. control is being exercised for any 2. Each of the following is also an insured: purpose by a. Employees And Volunteer Workers you, any of your "employees", "volunteer workers", any partner or member (if you Your "volunteer workers" only while are a partnership or joint venture), or any performing duties related to the conduct of member (if you are a limited liability your business, or your "employees", other company). than either your"executive officers" (if you are b. Real Estate Manager an organization other than a partnership, joint venture or limited liability company) or your Any person (other than your "employee" or managers (if you are a limited liability "volunteer worker"), or any organization while company), but only for acts within the scope acting as your real estate manager. of their employment by you or while c. Temporary Custodians Of Your Property performing duties related to the conduct of Any person or organization having proper your business. temporary custody of your property if you die, However, none of these "employees" or but only: "volunteer workers"are insureds for: (1) With respect to liability arising out of the (1) 'Bodily injury"or "personal and advertising maintenance or use of that property; and injury": (2) Until your legal representative has been (a) To you, to your partners or members (if appointed. you are a partnership or joint venture), d. Legal Representative if You Die to your members (if you are a limited liability company), to a co-"employee" Your legal representative if you die, but only while in the course of his or her with respect to duties as such. That employment or performing duties representative will have all your rights and related to the conduct of your duties under this Coverage Part. business, or to your other "volunteer e. Unnamed Subsidiary workers" while performing duties Any subsidiary, and subsidiary thereof, of related to the conduct of your yours which is a legally incorporated entity of business; which you own a financial interest of more (b)To the spouse, child, parent, brother or than 50% of the voting stock on the effective sister of that co-"employee" or that date of the Coverage Part. HG 00 01 0916 Page 11 of 21 The insurance afforded herein for any A person or organization is an additional insured subsidiary not named in this Coverage Part under this provision only for that period of time as a named insured does not apply to injury required by the contract or agreement. or damage with respect to which such insured However, no such person or organization is an is also a named insured under another policy insured under this provision if such person or or would be a named insured under such organization is included as an insured by an policy but for its termination or the exhaustion endorsement issued by us and made a part of of its limits of insurance. this Coverage Part. 3. Newly Acquired Or Formed Organization a. Vendors Any organization you newly acquire or form, Any person(s) or organization(s) (referred to other than a partnership, joint venture or limited below as vendor), but only with respect to liability company, and over which you maintain "bodily injury" or "property damage" arising financial interest of more than 50% of the voting out of "your products" which are distributed or stock, will qualify as a Named Insured if there is sold in the regular course of the vendor's no other similar insurance available to that business and only if this Coverage Part organization. However: provides coverage for "bodily injury" or a. Coverage under this provision is afforded only "property damage" included within the until the 180th day after you acquire or form "products-completed operations hazard". the organization or the end of the policy (1) The insurance afforded the vendor is period,whichever is earlier; subject to the following additional b. Coverage A does not apply to "bodily injury" exclusions: or "property damage" that occurred before This insurance does not apply to: you acquired or formed the organization; and e 8 does not apply to " arsenal and (a)"Bodily injury" or"property damage" for c. Coverage pp Y p which the vendor is obligated to pay advertising injury" arising out of an offense damages by reason of the assumption committed before you acquired or formed the of liability in a contract or agreement. organization. This exclusion does not apply to 4. Nonowned Watercraft. liability for damages that the vendor With respect to watercraft you do not own that is would have in the absence of the less than 51 feet long and is not being used to contract or agreement; carry persons for a charge, any person is an (b)Any express warranty unauthorized by insured while operating such watercraft with your .you; _ permission. Any other person or organization (c)Any physical or chemical change in the responsible for the conduct of such person is product made intentionally by the also an insured, but only with respect to liability vendor; arising out of the operation of the watercraft, and (d) Repackaging, except when unpacked only if no other insurance of any kind is available solely for the purpose of inspection, to that person or organization for this liability. demonstration, testing, or the However, no person or organization is an insured substitution of parts under instructions with respect to: from the manufacturer, and then a. 'Bodily injury" to a co-"employee" of the repackaged in the original container; person operating the watercraft; or (e) Any failure to make such inspections, b. "Property damage" to property owned by, adjustments, tests or servicing as the rented to, in the charge of or occupied by you vendor has agreed to make or normally or the employer of any person who is an undertakes to make in the usual insured under this provision. course of business, in connection with 5_ Addiltinnal Insureds Men Required By the distribution or sale of the products; Written Contract, Wrilten Agreement Or (f) Demonstration, installation, servicing Permit or repair operations, except such The following person(s) or organization(s) are an operations performed at the vendor's additional insured when you have agreed, in a premises in connection with the sale of written contract, written agreement or because of the product; a permit issued by a state or political subdivision, (g) Products which, after distribution or that such person or organization be added as an sale by you, have been labeled or additional insured on your policy, provided the relabeled or used as a container, part injury or damage occurs subsequent to the or ingredient of any other thing or execution of the contract or agreement. substance by or for the vendor;or Page 12 of 21 HG 00 01 09 16 (h)"Bodily injury" or "property damage" omissions of those acting on your behalf: arising out of the sole negligence of the (1) In connection with your premises; or vendor for its own acts or omissions or (2) In the performance of your ongoing those of its employees or anyone else operations performed by you or on your acting on its behalf. However, this behalf. exclusion does not apply to: {i) The exceptions contained in Sub- With respect to the insurance afforded those paragraphs (d)or(f); or additional insureds, the following additional exclusion applies: (ii) Such inspections, adjustments, This insurance does not apply to "bodily tests or servicing as the vendor has injury", "property damage" or "personal and agreed to make or normally advertising injury" arising out of the rendering undertakes to make in the usual of or the failure to render any professional course of business, in connection services by or for you, including: with the distribution or sale of the products. 1. The preparing, approving, or failing to (2) This insurance dues not apply to any prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, insured person or organization, from change orders or drawings and whom you have acquired such products, specifications;or or any ingredient, part or container, entering into, accompanying or containing 2. Supervisory, inspection, architectural or such products. engineering activities. b. Lessors Of Equipment This exclusion applies even if the claims (1) Any person(s) or organization(s) from against any insured allege negligence or whom you lease equipment; but only with other wrongdoing in the supervision, hiring, respect to their liability for "bodily injury", employment, training or monitoring of othersby that insured, if the "occurrence" which "property damage" or "personal and caused the "bodily injury" or "property advertising injury" caused, in whole or in damage", or the offense which caused the- part, by your maintenance, operation or "personal and advertising injury", involved the use of equipment leased to you by such rendering of or the failure to render any person(s) or organization(s). professional services by or for you. {2) With respect to the insurance afforded to e. Permits Issued By State Or Political these additional insureds this insurance Subdivisions does not apply to any "occurrence" which takes place alter the equipment lease Any state or political subdivision, but only with expires. respect to operations performed by-you or on c. Lessors Of Land Or Premises your behalf for which the state or political subdivision has issued a permit. Any person or organization from whom you With respect to the insurance afforded these lease land or premises, but only with respect additional insureds, this insurance does not to liability arising out of the ownership, apply to: maintenance or use of that part of the land or premises leased to you. (1) "Bodily injury", "property damage" or "personal and advertising injury" arising With respect to the insurance afforded these out of operations performed for the state additional insureds the following additional exclusions apply: or municipality;or This insurance dues not apply to: (2) "Bodily injury" or "property damage" included within the "products-completed 1. Any "occurrence" which takes place after operations hazard". you cease to lease that land;or Any Other Party 2. Structural alterations, new construction or --•�� _ n_1 1 demolition operations performed by or on � „A.'Y other person €r a��nlz�►tlon who is nuk behalf of such person or organization. an ad�ah�€�al insured under Paragraphs a. through e. above, but only with respect to d. Architects, Engineers Or Surveyors liability for "bodily injury", "property damage" Any architect, engineer, or surveyor, but only or"personal and advertising injury" caused, in with respect to liability for "bodily injury", whole or in part, by your acts or omissions or "property damage" or "personal and the acts or omissions of those acting on your advertising injury" caused, in whole or in part, behalf: b our acts or omissions or the acts or - -- ......._. "..`. Y Y (1} In� :the performance Hof your ­qi`igoing opwalions; HG 00 01 0916 Page 13 of 21 (2) In connection with your premises owned No person or organization is an insured with respect by or rented to you; or to the conduct of any current or past partnership, (3) In° connection with "your work" and joint venture or limited liability company that is not Included within the "products,compieted shown as a Named Insured in the Declarations. operations hazard". but only if SECTION ill- LIMITS OF INSURANCE (a) T'he written contract ❑r agreement 1. The Most We Will Pay requires YOU to provide ski0i coverage The Limits of Insurance shown in the to such additional irksurod; and Declarations and the rules below fix the most we (b)This Coverage Part provides coverage will pay regardless of the number of: for"bodily injury" or "property damage" a. Insureds; included within the "products- completed operations hazard". b. Claims made or"suits" brought;or However: c. Persons or organizations making claims or bringing"suits". (1) The insurance afforded to such additional 2. General Aggregate Limit insured only applies to the extent permitted by law; and The General Aggregate Limit is the most we will (2) If coverage provided to the additional pay for the sum of: insured is required by a contract or a. Medical expenses under Coverage C; agreement, the insurance afforded to such b. Damages under Coverage A, except additional insured will not be broader than damages because of "bodily injury" or that which you are required by the contract "property damage" included in the "products- or agreement to provide for such completed operations hazard"; and additional insured. c. Damages under Coverage B. With respect to the insurance afforded to 3. Products-Completed Operations Aggregate these additional insureds, this insurance does not apply to: Limit "Bodily injury", "property damage" or The Products-Completed Operations Aggregate "personal and advertising injury" arising out of Limit is the most we will pay under Coverage A the rendering of, or the failure to render, any for damages because of "bodily injury" and professional architectural, engineering or "property damage" included in the "products- surveying services, including: completed operations hazard". (1) The preparing, approving, or failing to 4• Personal And Advertising Injury Limit prepare or approve, maps, shop drawings, Subject to 2. above, the Personal and opinions, reports, surveys, field orders, Advertising Injury Limit is the most we will pay change orders or drawings and under Coverage B for the sum of all damages specifications; or because of all "personal and advertising injury" (2) Supervisory, inspection, architectural or sustained by any one person or organization. engineering activities. 5. Each Occurrence limit This exclusion applies even if the claims Subject to 2. or 3. above, whichever applies, the against any insured allege negligence or Each Occurrence Limit is the most we will pay for other wrongdoing in the supervision, hiring, the sum of: employment, training or monitoring of others a. Damages under Coverage A;and by that insured, if the "occurrence" which b, Medical expenses under Coverage C caused the "bodily injury" or "property damage", or the offense which caused the because of all "bodily injury" and "property "personal and advertising injury", involved the damage" arising out of any one "occurrence", rendering of or the failure to render any 6. Damage To Premises Rented To You Limit professional services by or for you. Subject to 5. above, the Damage To Premises The limits of insurance that apply to additional Rented To You Limit is the most we will pay insureds is described in Section III - Limits Of under Coverage A for damages because of Insurance. "property damage" to any one premises, while How this insurance applies when other insurance rented to you, or in the case of damage by fire, is available to the additional insured is described lightning or explosion, while rented to you or in the Other Insurance Condition in Section Ill - temporarily occupied by you with permission of Commercial General Liability Conditions. the owner. Page 14 of 21 HG 00 0109 16 In the case of damage by fire, lightning or b. Notice Of Claim explosion, the Damage to Premises Rented To If a claim is made or "suit" is brought against You Limit applies to all damage proximately any insured, you or any additional insured caused by the same event, whether such must: damage results from fire, lightning or explosion or any combination of these. (1) Immediately record the specifics of the claim or"suit" and the date received, and 7. Medical Expense Limit (2) Notify us as soon as practicable. Subject to 5. above, the Medical Expense Limit is the most we will pay under Coverage C for all You or any additional insured must see to it medical expenses because of "bodily injury" that we receive written notice of the claim or sustained by any one person. "suit"as soon as practicable. 8. How Limits Apply To Additional Insureds c. Assistance And Cooperation Of The Insured If you have agreed in a written contract or written agreement that another person or organization You and any other involved insured must: be added as an additional insured on your policy, (1) Immediately send us copies of any the most we will pay on behalf of such additional demands, notices, summonses or legal insured is the lesser of: papers received in connection with the a. The limits of insurance specified in the written claim or"suit"; contract or written agreement;or (2) Authorize us to obtain records and other b. The Limits of Insurance shown in the information; Declarations. (3) Cooperate with us in the investigation or. Such amount shall be a part of and not in settlement of the claim or defense against addition to Limits of Insurance shown in the the "suit";and Declarations and described in this Section. (4) Assist us, upon our request, in the The Limits of Insurance of this Coverage Part apply enforcement of any right against any person separately to each consecutive annual period and to or organization which may be liable to the any remaining period of less than 12 months, insured because of injury or damage to starting with the beginning of the policy period which this insurance may also apply. shown in the Declarations, unless the policy period d. Obligations At The Insureds Own Cost is extended after issuance for an additional period of No insured will, except at that insured's own less than .12 months. In that case; the additional cost, voluntarily make a-payment, assume assume period will be deemed part of the last preceding any obligation, or incur any expense, other period for purposes of determining the Limits of than for first aid, without our consent. Insurance. e. Additional Insureds Other Insurance SECTION IV - COMMERCIAL GENERAL .. .. ..................._......._.... LIABILITY CONDITIONS If we cover a claim or "suit" under this Coverage Part that may also be covered by 1. Bankruptcy other insurance available to an additional Bankruptcy or insolvency of the insured or of the insured, such additional insured must submit insureds estate will not relieve us of our such claim or "suit" to the other insurer for obligations under this Coverage Part. defense and indemnity. 2. Duties In The Event Of Occurrence, Offense, Hflwever. This provlslefi does Fiol apply to the Claim Or Suit extent that you have agreed In a dt[Eeii a. Notice Of Occurrence Or Offense contract or written agreement that this You or any additional insured must see to it Insurance Is primary and norfcnniribulory that we are notified as soon as practicable of -witty the additional insured's own lns;uranc,e. an "occurrence" or an offense which may f. Knowledge Of An Occurrence, Offense, result in a claim. To the extent possible, Claim Or Suit notice should include: Paragraphs a. and b. apply to you or to any (1) How, when and where the "occurrence"or additional insured only when such offense took place; "occurrence", offense, claim or"suit" is known (2) The names and addresses of any injured to: persons and witnesses;and (1) You or any additional insured that is an (3) The nature and location of any injury or individual; damage arising out of the "occurrence" or (2) Any partner, if you or the additional offense. insured is a partnership; HG 00 0109 16 Page 15 of 21 (3) Any manager, if you or the additional (3) Tenant Liability insured is a limited liability company; That is insurance purchased by you to (4) Any "executive officer" or insurance cover your liability as a tenant for manager, if you or the additional insured is "property damage" to premises rented to a corporation; you or temporarily occupied by you with (5) Any trustee, if you or the additional permission of the owner; insured is a trust;or (4) Aircraft, Auto Or Watercraft (6) Any elected or appointed official, if you or If the loss arises out of the maintenance or the additional insured is a political use of aircraft, "autos" or watercraft to the subdivision or public entity. extent not subject to Exclusion g. of This duty applies separately to you and any Section I - Coverage A - Bodily Injury And additional insured. Property Damage Liability; 3. Legal Action Against Us (5) Property Damage To Borrowed No person or organization has a right under this Equipment Or Use Of Elevators Coverage Part: If the loss arises out of "property damage" a. To join us as a party or otherwise bring us to borrowed equipment or the use of elevators to the extent not subject to into a "suit" asking for damages from an Exclusion j. of Section 1 - Coverage A - insured;or Bodily Injury And Property Damage b. To sue us on this Coverage Part unless all of Liability; its terms have been fully complied with. (6) When You Are Added As An Additional A person or organization may sue us to recover Insured To Other Insurance on an agreed settlement or on a final judgment Any other insurance available to you against an insured; but we will not be liable for covering liability for damages arising out damages that are not payable under the terms of of the premises or operations, or products this Coverage Part or that are in excess of the and completed operations, for which you applicable limit of insurance. An agreed have been added as an additional insured settlement means a settlement and release of by that insurance;or liability signed by us, the insured and the claimant or the claimant's legal representative. (t) When You Arid Others As An Additional Insured To This lni iurance 4. Other lnsurance If other valid and collectible insurance is Any other insurance available to an available to the insured for a loss we cover under additional insured. Coverages A or B of this Coverage Part, our However, the following provisions apply to obligations are limited as follows: other insurance available to any person or a. Primary Insurance organization who is an additional insured under this coverage part. This insurance is primary except when b. below applies. If other insurance is also [a� By C tract Insurance When Required primary, we will share with all that other insurance by the method described in c. This insurance is primary if you have below. agreed in a written contract or written b. Excess Insurance agreement that this insurance be primary. If other insurance is also This insurance is excess over any of the other primary, we will share with all that insurance, whether primary, excess, other insurance by the method contingent or on any other basis: described in c. below. (1) Your Work (b)Primary And Mon-Conlributery To That is Fire, Extended Coverage, Builder's Other Insurance When Required By Risk, Installation Risk or similar coverage Contract for"your work"; If you have agreed in a written (2) Premises Rented To You contract, written agreement, or permit That is fire, lightning or explosion that this insurance is primary and non- insurance for premises rented to you or contributory with the additional temporarily occupied by you with insured's own insurance,this insurance is primary and we will not seek permission of the owner; contribution from that other insurance. Page 16 of 21 HG 00 0109 16 Paragraphs (a) and (b) do not apply to computation, and send us copies at such other insurance to which the additional times as we may request. insured has been added as an additional 6. Representations insured. a. When You Accept This Policy When this insurance is excess, we will have no duty under Coverages A or B to defend SY accepting this policy, you agree: the insured against any "suit" if any other (1) The statements in the Declarations are insurer has a duty to defend the insured accurate and complete; against that "suit". If no other insurer defends, (2) Those statements are based upon we will undertake to do so, but we will be representations you made to us; and entitled to the insured's rights against all those other insurers. (3) We have issued this policy in reliance upon your representations. When this insurance is excess over other b. unintentional Failure To Disclose Hazards insurance, we will pay only our share of the amount of the loss, if any, that exceeds the If unintentionally you should fail to disclose all sum of: hazards relating to the conduct of your (1) The total amount that all such other business that exist at the inception date of insurance would pay for the loss in the this Coverage Part, we shall not deny absence of this insurance;and coverage under this Coverage Part because (2) The total of all deductible and self-insured of such failure. amounts under all that other insurance. 7. SewrotiQri Of lnsrirods We will share the remaining loss, if any, with Except with respect to the Limits of Insurance, any other insurance that is not described in and any rights or duties specifically assigned in this Excess Insurance provision and was not this Coverage Part to the first Named Insured, bought specifically to apply in excess of the this insurance applies: Limits of Insurance shown in the Declarations a. As if each Named Insured were the only of this Coverage Part. Named Insured;and c. Method Of Sharing b. Separately to each insured against whom If all of the other insurance permits claim is made or"suit" is brought. contribution by equal shares, we will follow g, Transfer Of :Rights Of Recovery Against this method also. Under this approach each Others To Us insurer contributes equal amounts until it has paid its applicable limit of insurance or none a. Transfer Of Rights Of Recovery of the loss remains, whichever comes first. If the insured has rights to recover all or part If any of the other insurance does not permit of any payment, including Supplementary contribution by equal shares, we will Payments, we have made under this contribute by limits. Under this method, each Coverage Part, those rights are transferred to insurer's share is based on the ratio of its us. The insured must do nothing after loss to applicable limit of Insurance to the total impair them. At our request, the insured will applicable limits of insurance of all insurers. bring "suit" or transfer those rights to us and 5. Premium Audit help us enforce them. b• Waiver Of Rights f Recovery (Waiver Of a, We will compute all premiums far this Coverage Part in accordance with our rules Subrogation) and rates. If the insured has waived any rights of b. Premium shown in this Coverage Part as recovery against any person or organization advance premium is a deposit premium only. for all or part of any payment, including At the close of each audit period we will Supplementary Payments, we have made compute the earned premium for that period under this Coverage Part, we also waive that and send notice to the first Named Insured. right, provided the insured waived their rights The due date for audit and retrospective of recovery against such person or premiums is the date shown as the due date organization in a contract, agreement or on the bill. If the sum of the advance and permit that was executed prior to the injury or audit premiums paid for the policy period is damage. greater than the earned premium, we will 9. When We Do Not Renew return the excess to the first Named Insured. If we decide not to renew this Coverage Part, we c. The first Named Insured must keep records of will mail or deliver to the first Named Insured the information we need for premium shown in the Declarations written notice of the HG 00 01 0916 Page 17 of 21 nonrenewal not less than 30 days before the c. All other parts of the world if the injury or expiration date. damage arises out of: If notice is mailed, proof of mailing will be (1) Goods or products made or sold by you in sufficient proof of notice. the territory described in a. above; SECTION V- DEFINITIONS (2) The activities of a person whose home is 1. "Advertisement" means the widespread public in the territory described in a. above, but is dissemination of information or images that has away for a short time on your business; or the purpose of inducing the sale of goods, (3) "Personal and advertising injury" offenses products or services through: that take place through the Internet or a. (1) Radio; similar electronic means of communication (2) Television; provided the insured's responsibility to pay damages is determined in the United States of (3) Billboard; America (including its territories and possessions), (4) Magazine; Puerto Rico or Canada, in a "suit" on the merits (5) Newspaper;or according to the substantive law in such territory or b. Any other publication that is given widespread in a settlement we agree to. public distribution. 7. "Employee" includes a "leased worker". However, "advertisement"does not include: "Employee" does not include a "temporaryworker". a. The design, printed material, information or 8, "Employment-Related Practices" means: images contained in, on or upon the packaging or labeling of any goods or a. Refusal to employ that person; products;or b. Termination of that person's employment;or b. An interactive conversation between or c. Employment-related practices, policies, acts among persons through a computer network. or omissions, such as coercion, demotion, 2. "Advertising idea" means any idea for an evaluation, reassignment, discipline, "advertisement". defamation, harassment, humiliation, 3. "Asbestos hazard" means an exposure or discrimination or malicious prosecution threat of exposure to the actual or alleged directed at that person. properties of asbestos and includes the mere 9• "Executjive officer" means a person holding any presence of asbestos in any form. of the officer positions created by your charter, 4. "Auto" means: constitution, by-laws or any other similar governing document. a. A land motor vehicle, trailer or semitrailer 10."Hostile fire" means one which becomes designed for travel on public roads, including uncontrollable or breaks out from where it was any attached machinery or equipment; or intended to be. b. Any other land vehicle that is subject to a 11."Impaired property" means tangible property, compulsory or financial responsibility law or other than "your product" or "your work", that other motor vehicle insurance law where it is cannot be used or is less useful because: licensed or principally garaged. However, "auto" does not include "mobile a. It incorporates "your product" or "your work" equipment". that is known or thought to be defective, deficient, inadequate or dangerous;or 5. "Bodily injury" means physical: b. You have failed to fulfill the terms of a a. Injury; contract or agreement; b. Sickness; or if such property can be restored to use by the c. Disease repair, replacement, adjustment or removal of sustained by a person and, if arising out of the "your product" or "your work", or your fulfilling the above, mental anguish or death at any time. terms of the contract or agreement. 6. "Coverage territory" means: 12."Insured contract" means: a. The United States of America (including its a. A contract for a lease of premises. However, territories and possessions), Puerto Rico and that portion of the contract for a lease of Canada; premises that indemnifies any person or b. international waters or airspace, but only if organization for damage by fire, lightning or the injury or damage occurs in the course of explosion to premises while rented to you or travel or transportation between any places temporarily occupied by you with permission included in a. above;or of the owner is subject to the Damage to Page 18 of 21 HG 00 01 0916 Premises Rented To You Limit described in 14."Loading or unloading" means the handling of Section III- Limits of Insurance; property: b. A sidetrack agreement; a. After it is moved from the place where it is c. Any easement or license agreement, accepted for movement into or onto an including an easement or license agreement aircraft, watercraft or"auto"; in connection with construction or demolition b. While it is in or on an aircraft, watercraft or operations on or within 50 feet of a railroad; ^auto";or d. An obligation, as required by ordinance, to c. While it is being moved from an aircraft, indemnify a municipality, except in connection watercraft or "auto" to the place where it is with work for a municipality; finally delivered; e. An elevator maintenance agreement; but "loading or unloading" does not include the f. That part of any other contract or agreement movement of property by means of a mechanical pertaining to your business (including an device, other than a hand truck, that is not indemnification of a municipality in connection attached to the aircraft, watercraft or"auto". with work performed for a municipality) under 15."Mobile equipment" means any of the following which you assume the tort liability of another types of land vehicles, including any attached party to pay for "bodily injury" or "property machinery or equipment: damage" to a third person or organization, provided the "bodily injury" or "property a. Bulldozers, farm machinery,forklifts and other damage" is caused, in whole or in part, by vehicles designed for use principally off public you or by those acting on your behalf. Tort roads; liability means a liability that would be b. Vehicles maintained for use solely on or next imposed by law in the absence of any to premises you own or rent; contract or agreement. c. Vehicles that travel on crawler treads; Paragraph f. includes that part of any contract d. Vehicles, whether self-propelled or not, or agreement that"bodily injury „indemnifies a railroad for maintained primarily to provide mobility to or property damage" arising permanently mounted: out of construction or demolition operations, within 50 foot of any railroad property and (1) Power cranes, shovels, loaders, diggers or affecting any railroad bridge or trestle, tracks, drills; or road-beds, tunnel, underpass or crossing. (2) Road construction or resurfacing However, Paragraph .f, does not include that equipment such as graders, scrapers or part of any contract or agreement: rollers; (1) That indemnifies an architect, engineer or e. Vehicles not described in a., b.,c.or d. above surveyor for injury or damage arising out of: that are not self-propelled and are maintained (a) Preparing, approving, or failing to primarily to provide mobility to permanently prepare or approve, maps, shop attached equipment of the following types: drawings, opinions, reports, surveys, (1) Air compressors, pumps and generators, field orders, change orders or drawings including spraying, welding, building and specifications;or cleaning, geophysical exploration, lighting (b)Giving directions or instructions, or and well servicing equipment; or failing to give them, if that is the (2) Cherry pickers and similar devices used to primary cause of the injury or damage, raise or lower workers; or f. Vehicles not described in a., b., c, or d. above (2) Under which the insured, if an architect, maintained primarily for purposes other than engineer or surveyor, assumes liability for the transportation of persons or cargo. an injury or damage arising out of the However, self-propelled vehicles with the insured's rendering or failure to render following types of permanently attached professional services, including those listed equipment are not "mobile equipment" but will in (1) above and supervisory, inspection, architectural or engineering activities, be considered "autos": 13."Leased worker" means a person leased to you (1) Equipment designed primarily for: by a labor leasing firm under an agreement (a) Snow removal; between you and the labor leasing firm, to (b) Road maintenance, but not perform duties related to the conduct of your construction or resurfacing; or business. Leased worker" does not include a (c) Street cleaning; "temporary worker". HG 00 01 0916 Page 19 of 21 (2) Cherry pickers and similar devices (2) Work that has not yet been completed or mounted on automobile or truck chassis abandoned. However, "your work" will be and used to raise or lower workers;and deemed completed at the earliest of the (3) Air compressors, pumps and generators, following times: including spraying, welding, building (a) When all of the work called for in your cleaning, geophysical exploration, lighting contract has been completed. and well servicing equipment. (b)When all of the work to be done at the However, "mobile equipment" does not include job site has been completed if your any land vehicle that is subject to a compulsory contract calls for work at more than or financial responsibility law or other motor one job site. vehicle insurance law where it is licensed or (c)When that part of the work done at a principally garaged. Land vehicles subject to a job site has been put to its intended compulsory or financial responsibility law or other use by any person or organization motor vehicle insurance law are considered other than another contractor or "autos". subcontractor working on the same 16."Occurrence" means an accident, including project. continuous or repeated exposure to substantially Work that may need service, the same general harmful conditions. maintenance, correction, repair or 17."Personal and advertising injury". means replacement, but which is . otherwise injury, including consequential "bodily injury", complete, will be treated as completed. arising out of one or more of the following b. Does not include "bodily injury" or "property offenses: damage"arising out of: a. False arrest, detention or imprisonment; (1) The transportation of property, unless the b. Malicious prosecution; injury or damage arises out of a condition c. The wrongful eviction from, wrongful entry in or on a vehicle not owned or operated into, or invasion of the right of private by you, and that condition was created by occupancy of a room, 'dwelling or premises the "loading or unloading" of that vehicle that a person or organization occupies, by any insured; committed -by- or _on behalf of its owner, _ (2) The existence of tools, uninstalled landlord or lessor; equipment or abandoned or unused d. Oral, written or electronic publication, in any materials; or manner, of material that slanders or libels a (3) Products or operations for which the person or organization or disparages a classification, listed in the Declarations or person's or organization's goods, products or in a policy Schedule, states that products- services; completed operations are subject to the e. Oral, written or electronic publication, in any General Aggregate Limit. manner, of material that violates a person's 20."Property damage" means: right of privacy; a. Physical injury to tangible property, including f. Copying, in your "advertisement", a person's all resulting loss of use of that property. All or organization's "advertising idea" or style of such loss of use shall be deemed to occur at "advertisement";or the time of the physical injury that caused it; g. Infringement of copyright, slogan, or title of or any literary or artistic work, in your b. Loss of use of tangible property that is not "advertisement". physically injured. All such loss of use shall 1 S."Pollutants" mean any solid, liquid, gaseous or be deemed to occur at the time of the thermal irritant or contaminant, including smoke, "occurrence"that caused it. vapor, soot, fumes, acids, alkalis, chemicals and As used in this definition, computerized or waste. Waste includes materials to be recycled, electronically stored data, programs or software reconditioned or reclaimed. are not tangible property. Electronic data means 19."Products-completed operations hazard": information,facts or programs: a. Includes all "bodily injury" and "property a. Stored as or on; damage" occurring away from premises you b. Created or used on;or own or rent and arising out of "your product" a Transmitted to or from; or"your work"except: (1) Products that are still in your physical computer software, including systems and possession;or applications software, hard or floppy disks, CD- Page 20 of 21 HG 00 01 09 16 ROMS, tapes, drives, cells, data processing 25. "Your work": devices or any other media which are used with a. Means: electronically controlled equipment. 21."Suit" means a civil proceeding in which (1) Work operations performed by you or damages because of "bodily injury", "property on Yourr behalf;and (2) damage" or "personal and advertising injury" to Materials, parts or equipment furnished in which this insurance applies are alleged. "Suit" connection with such work or operations. includes: b. Includes a. An arbitration proceeding in which such (1) Warranties or representations made at damages are claimed and to which the any time with respect to the fitness, insured must submit or does submit with our quality, durability, performance or use of consent; or "your work", and b. Any other alternative dispute resolution (2) The providing of or failure to provide proceeding in which such damages are warnings or instructions. claimed and to which the insured submits with our consent. 22."Temporary worker" means a person who is furnished to you to substitute for a permanent "employee" on leave or to meet seasonal or short-term workload conditions. 23."Volunteer worker"means a person who a. Is not your"employee"; b. Donates his or her work; c. Acts at the direction of and within the scope of duties determined by you;and d. Is not paid a fee, salary or other compensation by you or anyone else for their work performed for you. 24."Your product": a. Means: (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b)Others trading under your name;or (c)A person or organization whose business or assets you have acquired; and (2) Containers (other than vehicles), materials, parts or equipment furnished in connection with such goods or products. b. Includes (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance or use of "your product"; and (2) The providing of or failure to provide warnings or instructions. c. Does not include vending machines or other property rented to or located for the use of others but not sold. HG 00 01 0916 Page 21 of 21 POLICY NUMBER:46UEAC11842 !6c ay -4 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS BROAD F®RM EN®ORSMENT - TEXAS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX 1. Alienated Premises Coverage ........................................................................................................................1 2. Damage To Your Work...................................................................................................................................1 3 Contractors Limited Professional Liability.......................................................................................................1. 4. leer ProjKl and Per Location General Aggrogate Limits Of Insurance......... ... .................. ........................2 5. Medical Payments Coverage- Including Products - Completed Operations..................................................3 6. Injury To Employee's Reputation With Respect To Incidental Medical Malpractice ......................................3 7. Bodily Injury Employee Suits...........................................................................................................................3 8. Consolidated Insurance (Wrap-Up) Program..................................................................................................3 9. Access Or Disclosure Of Confidential Or Personal Information And Data-Related Liability .........................4 10. Supplementary Payments...............................................................................................................................5 11. Notice of Cancellation to Certificate Holders..................................................................................................5 12. Contractual Liability Coverage For Personal And Advertising Injury..............................................................5 13. Insured Contract Definition,,,............ ........ ... ........_._ _...,.......__...._._.............__.................................................... 6 1. ALIENATED PREMISES COVERAGE This provision does not apply if exclusion 1. Exclusion j. Damage To Property of Section I - Damage To Your Work has been otherwise Coverage A is amended as follows: modified by endorsement. a. The following exception to the exclusion is 3. CONTRACTORS LIMITED PROFESSIONAL deleted: LIABILITY Paragraph (2} of this exclusion does not apply The following exclusion is added to Paragraph 2., if the premises are "your work" and were Exclusions of Section 1 - Coverage A - Bodily Injury And Property Damage Liability, and to never occupied, rented or held for rental by Paragraph 2., Exclusions of Section I - you. Coverage B - Personal And Advertising Injury b. This exception is replaced by the following: Liability: Paragraph (2) of this exclusion does not apply This insurance does not apply to "bodily injury", if the premises are"your work". "property damage" or "personal and advertising 2. DAMAGE TO YOUR WORK injury" arising out of the rendering of or failure to Exclusion 1. Damage To Your Work of Section I - render any professional services by you with Coverage A is replaced by the following: respect to your providing engineering, architectural or surveying services in your 1. Damage to Your Work capacity as an engineer, architect or surveyor. "Property damage" to that particular part of Professional services include: "your work"that must be restored, repaired or (1) The preparing, approving, or failing to prepare replaced because "your work" was incorrectly or approve, maps, shop drawings, opinions, performed and included in the "products- reports, surveys, field orders, change orders, completed operations hazard". or drawings and specifications; and This exclusion does not apply if the damaged (2) Supervisory or inspection activities performed work or the work performed incorrectly was as a part of any related architectural or performed on your behalf by a subcontractor. engineering activities. Form HS 24 24 03 17 Page 1 of 6 ©2017, The Hartford This exclusion applies even if the claims against operations hazard", and for medical any insured allege negligence or other expenses under Coverage C regardless wrongdoing in the supervision, hiring, of the number of; employment, training or monitoring of others by a. Insureds; that insured, if the "occurrence"which caused the "bodily injury" or "property damage", or the b• Claims made or"suits" brought;or offense which caused the "personal and c. Persons or organizations making advertising injury", involved the rendering of or claims or bringing "suits". failure to render any professional services by you 3. Any payments made under Coverage A with respect to your �providing engineering, for damages or under Coverage C for architectural or surveying services in your medical expenses shall reduce the Per capacity as an engineer, architect or surveyor. Project General Aggregate Limit for that This exclusion does not apply to your operations "project" or the Per Location General in connection with construction work performed by Aggregate for that "location", whichever you or on your behalf. applies. Such payments shall not reduce However, this exception to the exclusion will not the General Aggregate Limit shown in the apply if you are in the business or profession of Declarations, the Per Project General providing the professional services described Aggregate Limit for any other"project", or above independent from the construction work the Per Location General Aggregate Limit performed by you or on your behalf. for any other "location". In the event this insurance applies to any injury, 4. The limits shown in the Declarations for damage, loss, cost or expense covered by Each Occurrence, Damage To Premises Professional Liability insurance issued by a Rented To You and Medical Expense company unaffiliated with us, then the insurance continue to apply. However, instead of afforded under this Coverage Part is excess over being subject to the General Aggregate such other valid and collectible Professional Limit shown in the Declarations, such Liability insurance (including any deductible or limits will be subject to the applicable Per self-insured retention portion thereof), and any Project General Aggregate Limit if other valid and collectible insurance available to attributable only to ongoing operations at the insured whether primary, excess, contingent a single "project" or the Per Location or on any other basis. General Aggregate if attributable only to A. .:PLR', Pk'OJ~ T AN'D :OLO LOCATION ongoing operations at a single "location". GrzNERAL AGGREGATE LIMITS OF B.- For -ail sums which the insured becomes INSURANCE legally obligated to pay as damages caused by "occurrences" under Section 1 - Coverage A. For all sums which the insured becomes A and for all medical expenses caused by legally obligated to pay as damages caused accidents under Section I - Coverage C , by"occurrences" under Section I - Coverage which cannot be attributed only to ongoing A, and for all medical expenses caused by operations at a single "project" or a single accidents under Section I - Coverage C, "location'; which can be attributed only to ongoing operations at a single "project" or a single `1• Any payments made under Coverage A "location"; for damages or under Coverage C for medical expenses shall reduce the i. A separate Per Project General amount available under the General Aggregate Limit or a separate Per Aggregate Limit or the Products- Location General Aggregate Limit applies Completed Operations Aggregate Limit, to each "project" or "location", whichever whichever is applicable; and is applicable, The Per Project General Aggregate Limit and Per Location 2• Such payments shall not reduce any Per Aggregate Limit is equal to the amount of Project General Aggregate Limit or any the General Aggregate Limit shown in the Per Location General Aggregate Limit. Declarations. C. When coverage for liability arising out of the 2. The Per Project General Aggregate Limit "products-completed operations hazard" is or the Per Location General Aggregate provided, any payments for damages because Limit, whichever applies, is the most we of "bodily injury" or "property damage" will pay for the sum of all damages under included in the "products-completed Coverage A. except damages because of operations hazard" will reduce the Products- "bodily injury" or "property damage" Completed Operations Aggregate Limit, and included in the "products-completed not reduce the General Aggregate Limit,or Page 2 of 6 Form HS 24 24 03 17 any Per Project General Aggregate Limit or (3) The injured person submits to any Per Location General Aggregate Limit. examination, at our expense, by D. The provisions of Section III - Limits Of physicians of our choice as often as Insurance not otherwise modified by this we reasonably require. endorsement shall continue to apply as 6. INJURY TO EMPLOYEE'S REPUTATION WITH stipulated. RESPECT TO INCIDENTAL MEDICAL, E. For the purposes of Paragraph 4, the MALPRACTICE following definitions apply: A. The following is added to paragraph 1.e. of "Project" means a premises an insured does the Insuring Agreement- Coverage A: not own or rent and where such insured (3) With respect to incidental medical performs construction-re[ated operations. malpractice, "bodily injury" includes Each "project" involving the same or damages claimed for injury to emotions or connecting lots, or premises whose reputation of an "employee" arising out of connection is separated by a street, roadway, the rendering or failure to render waterway or rig ht-of-wayrai I road shall be professional health care services as a considered a single "project". If a "project" has physician, dentist, nurse, emergency been abandoned and then restarted, or if the medical technician or paramedic services. authorized contracting parties deviate from B. The following exclusion is added to Coverage plans, blueprints, designs, specifications or B-Personal and Advertising Injury: timetables, the "project" shall be considered a "Personal and advertising injury arising out of single "project". "Project" does not include a the rendering or failure to render professional premises that is a"location". health care services as a physician, dentist, "Location" means a premises an insured owns nurse, emergency medical technician or or rents and where such insured performs paramedic. business operations other than construction- 7. BODILY INJURY EMPLOYEE SUITS related operations. Each "location" involving the same or connecting lots, or premises A. "Bodily injury" as listed in paragraph 2.a.(1) of whose connection is separated by a street, Section 11 - Who Is An Insured, does not roadway, waterway or right-of-way railroad apply to 2.a.(1)(a)through 2.a.(1)(c). shall be considered a single "location." B. Part a. of Paragraph 4. Nonowned "Location" does not include a premises that is Watercraft in Section 11- Who Is An Insured a"project". does not apply. This provision does not apply-if the Per Project and 8. CONSOLIDATED INSURANCE (WRAP-UP) the Per Location General Aggregate Limit has been PROGRAMS otherwise modified by endorsement. The following exclusion is added to Section 1 5. MEDICAL PAYMENTS COVERAGE- INCLUDING Coverage A: PRODUGTS-COMPLETED OPERATIONS This insurance does not apply to any "bodily injury" Paragraph 1.a. of the Insuring Agreement - or "property damage" arising out of any "wrap Coverage C is replaced by the following: project or premises" where an insured under this 1. Insuring Agreement policy is also an insured under a commercial general a. We will pay medical expenses as liability (CGL) policy included within a "consolidated described below for "bodily injury" caused insurance (wrap-up) program." This exclusion by an accident: applies even if the limits of insurance for such "consolidated insurance (wrap-up) program" are (1) On premises you own or rent; exhausted or not collected for any reason, including (2) On ways next to premises you own or bankruptcy or insolvency of the insurer providing rent; coverage for the "consolidated insurance (wrap-up) (3) Because of your operations; or program". This exclusion also applies if the CGL (4) Included within the definition of the coverage afforded under the "consolidated "products-completed operations insurance (wrap-up) program" is narrower in scope hazard;" than the coverage provided by this policy. provided that: This exclusion does not apply to: (1) The accident takes place in the A. Products-Completed Operations Hazard "coverage territory" and during the Exception policy period; "Bodily injury" or "property damage" arising (2) The expenses are incurred and out of an insured's operations at or in reported to us within three years of connection with a "wrap project or premises" the date of the accident; and when such "bodily injury" or "property Form HS 24 24 03 17 Page 3 of 6 damage" commences after the "products- connection with a "wrap project or premises", in completed operations hazard" coverage or order to replace or repair an insured's completed any completed operations extension coverage work. provided by the applicable "consolidated "Punch list work" means work performed by an insurance (wrap-up) program" has ended or is insured at or in connection with a "wrap project or no longer in effect. premises" in order to complete the work called for B. Excluded Operations Exception in an insured's contract for the "wrap project or "Bodily injury" or "property damage" arising premises". out of an insured's operations at or in 9. ACCESS OR DISCLOSURE OF CONFIDENTIAL connection with a "wrap project or premises" OR PERSONAL INFORMATION AND DATA- to the extent the applicable "consolidated RELATED LIABILITY insurance (wrap-up) program" does not apply A. Exclusion p. of Section I - Coverage A - to those operations. Bodily Injury And Property Damage Liability C. Off-Site Location Exception is replaced by the following: "Bodily injury" or "property damage" resulting p. Access Or Disclosure Of Confidential from an insured's operations at or in Or Personal Information And Data- connection with a "wrap project or premises" Related Liability at a location to which the applicable Damages arising out of: "consolidated insurance (wrap-up) program" (1) Any access to or disclosure of any does not apply. person's or organization's confidential D. Repair Work And Punch List Work or personal information, including Exception patents, trade secrets, processing "Bodily injury" or "property damage" resulting methods, customer lists, financial from "repair work" or "punch list work" at a information, credit card information, "wrap project or premises" but only when the health information or any other type of applicable "consolidated insurance (wrap-up) nonpublic information; or program" does not apply or no longer applies (2) the loss of, loss of use of, damage to, to such "repair work"or"punch list work", corruption of, inability to access, or This exception does not apply to the cost of inability to manipulate "electronic performing such "repair work" or "punch list data" that does not result from work", or to the "repair work" or "punch list physical injury to tangible property. work" itself. This exclusion applies even if damages E. Additional Insured Extension are claimed for notification costs, credit "Bodily injury" or "property damage" for which monitoring expenses, forensic expenses, you are solely an additional insured under the public relations expenses or any other "consolidated insurance(wrap-up)program". loss, cost or expense incurred by you or The coverage provided under Paragraphs 8.A others arising out of that which is through 8.E. above is subject to all terms, described in Paragraph (1) or(2) above. conditions and exclusions of this policy. However, unless Paragraph (1) above For purposes of Paragraph 8., the following applies, this exclusion does not apply to definitions apply: liability for damages because of bodily [gip Y injury" "Consolidated insurance (wrap-up) program" B. The following is added to Paragraph 2. means any agreement or arrangement, including Exclusions of Section I - Coverage B - any contractor-controlled, owner-controlled or Personal and Advertising Injury similar insurance program under which one or more contractor(s) working on a specified project 2. Exclusion are insured under one or more commercial general This insurance does not apply to: liability (CGL) policies issued by a specified carrier Access Or Disclosure Of Confidential for injury or damage arising out of operations Or Personal Information conducted in connection with or necessary or "Personal and advertising injury" arising incidental to the project. out of any access to or disclosure of any "Wrap project or premises" means any premises person's or organization's confidential or or construction project subject to a "consolidated personal information, including patents, insurance (wrap-up) program". trade secrets, processing methods, "Repair work" means service, maintenance, customer lists, financial information, credit correction, repair, replacement work, or periodic card information, health information or inspection performed by an insured at or in any other type of nonpublic information. Page 4 of 6 Foam HS 24 24 03 17 This exclusion applies even if damages 10. SUPPLEMENTARY PAYMENTS are claimed for notification costs, credit In the Supplementary Payments - Coverages A monitoring expenses, forensic expenses, and B provision: public relations expenses or any other The limit for the cost of bail bonds in increased to loss, cost or expense incurred by you or others arising out of any access to or 2,500. disclosure of any person's or 11. NOTICE OF CANCELLATION'TO CERTIFICATE organization's confidential or personal HOLDER(S) information. This policy is subject to the following additional C. The following paragraph is added to Section Conditions: III- Limits Of Insurance: A. If this policy is cancelled by the Company, Subject to Paragraph 5. Each Occurrence other than for nonpayment of premium, notice Limit, the most we will pay under Coverage of such cancellation will be provided at least A for"property damage" because of all loss of thirty (30) days in advance of the cancellation "electronic data" arising out of any one effective date to the certificate holder(s) with "occurrence" is $100,000, unless modified by mailing addresses on fife with the agent of endorsement. record or the Company. D. The following definition is added to Section V B. If this policy is cancelled by the Company for . . Definitions: nonpayment of premium, or by the insured, "Electronic data" means information, facts or notice of such cancellation will be provided programs: within (10) days of the cancellation effective. date to the certificate ho[der(s) with mailing a. Stored as or on; addresses on file with the agent of record or b. Created or used on; or the Company. c. Transmitted to or from; If notice is mailed, proof of mailing to the last computer software, (including systems and known mailing address of the certificate holder(s) applications software) hard or floppy disks, on file with the agent of record or the Company CD-ROMS, tapes, drives, cells, data will be sufficient proof of notice. processing devices or any other media which Any notification rights provided by this are used with electronically controlled endorsement apply only to active certificate equipment. holder(s) who were issued a certificate of E. For the purposes of the coverage provided by insurance applicable to this policy's term. this provision, the definition of "property Failure to provide such notice to the certificate damage" in Section V - Definitions is holder(s) will not amend or extend the date the replaced by the following: cancellation becomes effective, nor will it negate "Property damage" means: cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the a. Physical injury to tangible property, Company or its agents or representatives. including all resulting loss of use of that 1 CONTiiACTUAL LIAWL(TY COVERAGE FOR: property. All such loss of use shall be deemed to occur at the time of the PERSONAL AND ADVERTISING INJURY physical injury that caused it; Exclusion e. of SECTION I - COVERAGE B b. Loss of use of tangible property that is not PERSONAL AND ADVERTISING INJURY physically injured. All such loss of use LIABILITY is replaced by the following: shall be deemed to occur at the time of This insurance does not apply to: the "occurrence"that caused it;or e. Contractual Uablilty c. Loss of, loss of use of, damage to, "Personal and advertising injury"for which the corruption of, inability to access, or insured has assumed liabillty in a contract or inability to properly manipulate "electronic agreement. This e3xclusonn does not apply to data", resulting from physical injury to liability for damages, tangible property. All such loss of "electronic data"shall be deemed to occur (1) That the insured would have in the at the time of the "occurrence" that absence of the contract or agreement.; or caused it. (2) Assume¢ in a contract or agreement that' For the purposes of this insurance, "electronic is an "Insured corgr�ict", provided the data"is not tangible property. "personal and advertising injury" occurs subsequent to the execution of the Form HS 24 24 03 17 Page 5 of 6 'CONTRACTUAL LIABILITY-RAILROADS. contract or agreement. Solely for the Paragraph f. Includes that part of any purposes of liability assumed in an contract or agreement Ihat indernnIfies a "insured contract", reasonable attorney railroad for "bodily: In[ury", -"property fees and necessary litigation expenses damage", or "persona] aid advertising incurred by or for a party other than an `fh)uty arlsirig out of canslrucbon .or insured are deemed to be damages demolition operations, within 50 feet of because of "personal and advertising any rallroad property and affeoting any injury",provided: rallroad bridge or rrestle, fra&ksr mad- (a) Liability to such party for, or for the b0", l4+00el, tAderpass of crossing- cost of, that party's defense has also However, Paragraph f. does not include been assumed in the same "insured that part of any contract or agreement: contract"; and (1) That indemnifies an architect, (b) Such attorney fees and litigation engineer or surveyor for injury or expenses are for defense of that party damage arising out of: against a civil or alternative dispute (a) Preparing, approving, or failing to resolution proceeding in which prepare or approve, maps, shop damages to which this insurance drawings, opinions, reports, applies are alleged. surveys, field orders, change 13. INSURED CONTRACT DEFINITION orders or drawings and a. INSURED CONTRACT- CONSTRUCTION specifications; or OPERATIONS AND MUNICIPAL WORK (b) Giving directions or instructions, Paragraph d. of the definition of "insured or failing to give them, if that is contract" in Section V - Definitions is the primary cause of the injury or deleted and replaced by the following: damage;or An obligation, as required by ordinance, (2) Under which the insured, if an to indemnify a municipality. architect, engineer or surveyor, ;CONTRACTUAL LIABILITY assumes liability for an injury or --- damage arising out of the insured's Paragraph f. of the definition of "insured rendering or failure to render contract" is deleted and replaced by the professional services, including those following: listed in (1) above and supervisory, That part of any other contract or inspection, architectural or agreement pertaining to your business engineering activities. (including an indemnification of a All other terms and conditions in the policy remain municipality in connection with work unchanged. performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury", "property damage", or "personal and advertising injury" to_ a thi d perms or .organization, Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Page 6 of 6 Form HS 24 24 03 17 NAMED INSURED: Azteca Enterprise, Inc. POLICY NUMBER: 46UEAIC1841 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOINGE OF CANCELLATION TO CERTIFICAW HOLDER(S) This .policy is subject to the following additional days of the cancellation effective date to the Conditions: certificate holder(s) with mailing addresses on file A. If this policy is cancelled by the Company, other with the agent of record or the Company. than for nonpayment of premium, notice of such If notice is mailed, proof of mailing to the last known cancellation will be provided at least thirty (30) mailing address of the certificate holder(s) on file with days in advance of the cancellation effective date the agent of record or the Company will be sufficient to the certificate holder(s) with mailing addresses proof of notice. on file with the agent of record or the Company. Any notification rights provided by this endorsement B. If this policy is cancelled by the Company for apply only to active certificate holder(s) who were nonpayment of premium, or by the insured, notice issued a certificate of insurance applicable to this of such cancellation will be provided within (10) policy's term. Form IH 03 07 06 11 Page 1 of 1 © 2011, The Hartford POLICY NUMBER:46UEACI1841 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AND RIGHTS or RECOVERY AGAINST OTHFRS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM A. Any person or organization whom you are required by contract to name as additional insured is an "insured" for LIABILITY COVERAGE but only to the extent that person or organization qualifies as an "insured"under the WHO IS AN INSURED provision of Section II-LIABILITY COVERAGE. B. For any person or organization for whom you are required by contract to provide a waiver of'subrogation, the Loss Condition-TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US is applicable. Form HA 99 13 01 87 Printed in U.S.A. POLICY NUMBER:46UEAC11841 COMMERCIAL AUTOMOBILE HA99160312 THIS ]ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMIMEHICIAL AUTOMOBILE RROA_`) CORM ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other provisions of the Coverage Form, the provisions of this endorsement apply. 1. BROAD FORM INSURED d. Any "employee" of yours while using a A. Subsidiaries and Newly Acquired or covered "auto" you don't own, hire or Formed Organizations borrow in your business or your The Named Insured shown in the personal affairs. Declarations is amended to include: O. Lessors as insureds (1) Any legal business entity other than a Paragraph A.1. -WHO IS AN INSURED - of partnership or joint venture, formed as a Section II - Liability Coverage is amended to subsidiary in which you have an add: ownership interest of more than 50% on e. The lessor of a covered "auto" while the the effective date of the Coverage Form. "auto" is leased to you under a written However, the Named Insured does not agreement if: include any subsidiary that is an "insured" under any other automobile (1) The agreement requires you to Policy or would be an "insured" under provide direct primary insurance far the lessor and such a policy but for its termination or the exhaustion of its Limit of Insurance. (2) The "auto" is leased without a driver. (2) Any organization that is acquired or Such a leased "auto" will be considered a formed by you and over which you covered "auto" you own and not a covered maintain majority ownership. However, "auto"you hire. the Named Insured does not include any D, Additional Insured if Required by Contract newly formed or acquired organization: (1) Paragraph A.1. - WHO IS AN INSURED (a) That is a partnership or joint - of Section it - Liability Coverage is venture, amended to add: (b) That is an "insured" under any other f. When you have agreed, in a written policy, contract or written agreement, that a (c) That has exhausted its Limit of person or organization be added as Insurance under any other policy, or an additional insured on your (d) 180 days or more after its business auto policy, such person or acquisition or formation by you, organization is an "insured", but only unless you have given us notice of to the extent such person or the acquisition or formation. organization is liable for "bodily Coverage does not apply to "bodily injury" or "property damage" caused injury" or "property damage" that results by the conduct of an "insured" under from an "accident" that occurred before paragraphs a. or b. of Who Is An you formed or acquired the organization. Insured with regard to the B. Employees as Insureds ownership, maintenance or use of a -Paragraph A.I. -WHO IS AN INSURED - of covered auto. SECTION II - LIABILITY COVERAGE is amended to add: OO 2011,The Hartford (Includes copyrighted material Form HA 99 16 03 12 of ISO Properties, Inc.,with its permission.) Page 1 of 5 The insurance afforded to any such E. Primary- and. >Non-Contributory if additional insured applies only if the Required by Contract "bodily injury" or "property damage" Only with respect to insurance provided tc occurs: an additional insured in I.D. - Additional (1) During the policy period, and Insured If Required by Contract, the (2) Subsequent to the execution of such following provisions apply: written contract, and (3) Primary Insurance When Required By (3) Prior to the expiration of the period Contract of time that the written contract This insurance is primary if you have requires such insurance be provided agreed in a written contract or written to the additional insured. agreement that this insurance be (2) How Limits Apply primary. If other insurance is also If you have agreed in a written contract primary, we will share with all that other or written agreement that another insurance by the method described in person or organization be added as an Other Insurance 5.d. additional insured on your policy, the (4) Primary And Non-Contributory To Other most we will pay on behalf of such Insurance When Required By Contract additional insured is the lesser of: If you have agreed in a written contract (a) The limits of insurance specified in or written agreement that this insurance the written contract or written is primary and non-contributory with the agreement; or additional insured's own insurance, this insurance is primary and we will not (b) The Limits of Insurance shown in seek contribution from that other the Declarations. insurance. Such amount shall be a part of and not Paragraphs (3) and (4) do not apply to other in addition to Limits of Insurance shown insurance to which the additional insured in the Declarations and described in this has been added as an additional insured. Section. -- (3) Additional Insureds Other Insurance When this insurance is excess, we will have no duty to defend the insured against any "suit" if If we cover a claim or "suit" under this any other insurer has a duty to defend the Coverage Part that may also be covered insured against .that "suit". If no other insurer by other insurance available to an defends, we will undertake to do so, but we will additional insured, such additional be entitled to the insured's rights against all insured must submit such claim or "suit" those other insurers. to the other insurer for defense and When this insurance is excess over other indemnity. insurance, we will pay only our share of the However, this provision does not apply amount of the loss, if any, that exceeds the sum to the extent that you have agreed in a of: written contract or written agreement (1) The total amount that all such other that this insurance is primary and non- insurance would pay for the loss in the contributory with the additional insured's absence of this insurance;and own insurance. (2) The total of all deductible and self-insured (4) Duties in The Event Of Accident, Claim, amounts under all that other insurance. Suit or Loss ]f you have agreed in a written contract We will share the remaining loss, if any, by the method described in Other Insurance 5.d. or written agreement that another person or organization be added as an 2. AUTOS RENTED BY EMPLOYEES additional insured on your policy, the Any "auto" hired or rented by your "employee" additional insured shall be required to on your behalf and at your direction will be comply with the provisions in LOSS considered an"auto"you hire. CONDITIONS 2. - DUTIES IN THE The OTHER INSURANCE Condition is amended EVENT OF ACCIDENT, CLAIM , SUIT by adding the following: OR LOSS — OF SECTION IV -- BUSINESS AUTO CONDITIONS, in the same manner as the Named Insured. ©2011,The Hartford (Includes copyrighted material Form HA 9916 0312 of ISO Properties, Inc., with its permission.) Page 2 of 5 If an "employee's" personal insurance also 5. PHYSICAL DAMAGE - ADDITIONAL applies on an excess basis to a covered "auto" TEMPORARY TRANSPORTATION EXPENSE hired or rented by your "employee" on your COVERAGE behalf and at your direction, this insurance will Paragraph AA.a, of SECTION III - PHYSICAL be primary to the "employee's" personal DAMAGE COVERAGE is amended to provide a insurance. limit of $60 per day and a maximum limit of 3. AMENDED FELLOW EMPLOYEE EXCLUSION $1,000. EXCLUSION 5. - FELLOW EMPLOYEE - of 6. LOAN/LEASE GAP COVERAGE SECTION 11 - LIABILITY COVERAGE does not Under SECTION III - PHYSICAL DAMAGE apply if you have workers' compensation COVERAGE, in the event of a total "loss" to a insurance in-force covering all of your covered "auto", we will pay your additional legal "employees". obligation for any difference between the actual Coverage is excess over any other collectible cash value of the "auto' at the time of the "loss" insurance. and the "outstanding balance"of the [oan/lease. 4. HIRED AUTO PHYSICAL DAMAGE COVERAGE "Outstanding balance" means the amount you If hired "autos" are covered "autos" for Liability owe on the loan/lease at the time of "loss" less Coverage and if Comprehensive, Specified any amounts representing taxes; overdue Causes of Loss, or Collision coverages are payments; penalties, interest or charges provided under this Coverage Form for any resulting from overdue payments; additional "auto" you own, then the Physical Damage mileage charges; excess wear and tear charges; Coverages provided are extended to "autos"you lease termination fees; security deposits not hire or borrow, subject to the following limit. returned by the lessor; costs for extended warranties credit life Insurance, health, accident The most we will pay for "loss" to any hired or disability insurance purchased with the loan or "auto" is: lease; and carry-over balances from previous (1) $100,000; loans or leases. (2) The actual cash value of the damaged or 7. AIRBAG COVERAGE stolen property at the time of the"loss";or Under Paragraph B. EXCLUSIONS - of (3) The cost of repairing or replacing the SECTION III - PHYSICAL DAMAGE , damaged or stolen property, I COVERAGE, the following is added: whichever is smallest, minus a deductible. The The exclusion relating to mechanical breakdown deductible will be equal to the largest deductible does not apply to the accidental discharge of in applicable to any owned "auto" for that airbag. coverage. No deductible applies to "loss"caused g, ELECTRONIC EQUIPMENT - BROADENED by fire or lightning. Hired Auto Physical Damage COVERAGE coverage is excess over any other collectible insurance. Subject to the above limit, deductible a. The exceptions to Paragraphs BA - and excess provisions, we will provide coverage EXCLUSIONS - of SECTION III - PHYSICAL equal to the broadest coverage applicable to any DAMAGE COVERAGE are replaced by the covered"auto"you own. following: We will also cover loss of use of the hired"auto" Exclusions 4.c. and 4.d, do not apply to if it results from an accident", you are legally equipment designed to be operated solely liable and the lessor incurs an actual financial by use of the power from the "auto's" loss, subject to a maximum of $1000 per electrical system that, at the time of "loss", "accident". is: This extension of coverage does not apply to (1) Permanently installed in or upon any "auto" you hire or borrow from any of your the covered "auto'; "employees", partners (if you are a partnership), (2) Removable from a housing unit members (if you are a limited liability company), which is permanently installed in or members of their households. or upon the covered "auto"; (3) An integral part of the same unit housing any electronic equipment described in Paragraphs (1) and (2)above; or ©2011,The Hartford (Includes copyrighted material Form HA 9916 0312 of ISO Properties, Inc.,with its permission.) Page 3 of 5 (4) Necessary for the normal If another Hartford Financial Services Group, operation of the covered "auto"or Inc. company policy or coverage form that is not the monitoring of the covered an automobile policy or coverage form applies to "auto's"operating system. the same"accident", the following applies: b.Section Ill — Version CA 00 01 03 10 of the (1) If the deductible under this Business Auto Business Auto Coverage Form, Physical Coverage Form is the smaller (or smallest) Damage Coverage, Limit of Insurance, deductible, it will be waived; Paragraph C.2 and Version CA 00 01 10 01 of (2) If the deductible under this Business Auto the Business Auto Coverage Form, Physical Coverage Form is not the smaller (or Damage Coverage, Limit of Insurance, smallest) deductible, it will be reduced by Paragraph C are each amended to add the the amount of the smaller (or smallest) following: deductible. $1,500 is the most we will pay for"loss" in 12. AMENDED DUTIES IN THE EVENT OF any one "accident" to all electronic ACCIDENT, CLAIM, SUIT OR LOSS equipment(other than equipment designed solely for the reproduction of sound, and The requirement in LOSS CONDITIONS 2.a. - accessories used with such equipment} DUTIES IN THE EVENT OF ACClDENT,CLAIM, SUIT OR LOSS - of S that reproduces, receives or transmits AUTO IV - BUSINESS audio, visual or data signals which, at the AUTO CONDITIONS that you must notify us of time of"loss", is: an "accident" applies only when the "accident" is known to: (1) Permanently installed in or upon the covered "auto" in a housing, (1) You, if you are an individual; opening or other location that is not (2) A partner, if you are a partnership; normally used by the "auto" (3) A member, if you are a limited liability manufacturer for the installation of company; or such equipment; (4) An executive officer or insurance manager, if (2) Removable from a permanently you are a corporation. installed housing unit as described 13. UNINTENTIONAL FAILURE TO DISCLOSE in Paragraph 2.a. above or is an HAZARDS integral part of that equipment;or (3)An integral part of such equipment. if You unintentionally fail to disclose any hazards existing at the inception date of your policy, we c.For each covered "auto", should loss be limited will not deny coverage under this Coverage to electronic equipment only, our obligation to Form because of such failure. pay for, repair, return or replace damaged or 14. HIRED AUTO-COVERAGE TERRITORY stolen electronic equipment will be reduced by the applicable deductible shown in the Paragraph e. of GENERAL CONDITIONS 7. - Declarations, or $250, whichever deductible is POLICY PERIOD, COVERAGE TERRITORY - less. of SECTION iV - BUSINESS AUTO 9. EXTRA EXPENSE - BROADENED CONDITIONS is replaced by the following: COVERAGE e. For short-term hired "autos", the coverage Under Paragraph A. -COVERAGE -of SECTION territory with respect to Liability Coverage is III - PHYSICAL DAMAGE COVERAGE, we will anywhere in the world provided that if the pay for the expense of returning a stolen covered "fnsured's" responsibility to pay damages for "bodily injury" or "property damage" is "auto"to you. determined in a"suit,"the "suit" is brought in 10. GLASS REPAIR-WAIVER OF DEDUCTIBLE the United States of America, the territories Under Paragraph D. -DEDUCTIBLE-of SECTION and possessions of the United States of III - PHYSICAL DAMAGE COVERAGE, the America, Puerto Rico or Canada or in a fallowing is added: settlement we agree to. No deductible applies to glass damage if the 15. WAIVER OF SUBROGATION glass is repaired rather than replaced. TRANSFER OF RIGHTS OF RECOVERY 11. TWO OR MORE DEDUCTIBLES AGAINST OTHERS TO US - of SECTION IV - Under Paragraph D.- DEDUCTIBLE-of SECTION BUSINESS AUTO CONDITIONS is amended by III - PHYSICAL DAMAGE COVERAGE, the adding the following: fallowing is added: OO 2011, The Hartford (Includes copyrighted material Form HA 9916 03 12 of ISO Properties, Inc., with its permission.) Page 4 of 5 We waive any right of recovery we may have c.Regardless of the number of autos deemed a against any person or organization with whorn total loss, the most we will pay under this you have a written contract that requires such Hybrid, Electric, or Natural Gas Vehicle waiver because of payments we make for Payment Coverage provision for any one damages under this Coverage Form. "loss" is$10,000. 16. RESULTANT MENTAL ANGUISH COVERAGE For the purposes of the coverage provision, The definition of "bodily injury" in SECTION V- a.A "non-hybrid" auto is defined as an auto that DEFINITIONS is replaced by the following: uses only an internal combustion engine to "Bodily injury" means bodily injury, sickness or move the auto but does not include autos disease sustained by any person, including powered solely by electricity or natural gas. mental anguish or death resulting from any of b.A "hybrid" auto is defined as an auto with an these. internal combustion engine and one or more 17. EXTENDED CANCELLATION CONDITION electric motors; and that uses the internal Paragraph 2. of the COMMON POLICY combustion engine and one or more electric CONDITIONS - CANCELLATION - applies motors to move the auto, or the internal except as follows: combustion engine to charge one or more electric motors,which move the auto. If we cancel for any reason other than 19. VEHICLE WRAP COVERAGE nonpayment of premium, we will mail or deliver to the first Named Insured written notice of In the event of a total loss to an "auto" for which cancellation at least 60 days before the effective Comprehensive, Specified Causes of Loss, or date of cancellation. Collision coverages are provided under this 18. HYBRID, ELECTRIC, OR NATURAL GAS Coverage Form, then such Physical Damage VEHICLE PAYMENT COVERAGE Coverages are amended to add the following: In addition to the actual cash value of the "auto", In the event of a total loss to a "non-hybrid" auto we will pay up to $1,000 for vinyl vehicle wraps for which Comprehensive, Specified Causes of which are displayed on the covered "auto" at the Loss, or Collision coverages are provided under time of total loss. Regardless of the number of this Coverage Form, then such Physical autos deemed a total loss, the most we will pay Damage Coverages are amended as follows: under this Vehicle Wrap Coverage provision for a.if the auto is replaced with a "hybrid" auto or any one "loss" is $5,000. For purposes of this an auto powered solely by electricity or natural coverage provision, signs or other graphics gas, we will pay an additional 10%, to a painted or magnetically affixed to the vehicle are maximum of $2,500, of the "non-hybrid" auto's not considered vehicle wraps. actual cash value or replacement. cost, whichever is less, b.The auto must be replaced and a copy of a bill of sale or new lease agreement received by us within 60 calendar days of the date of"loss," ©2011, The Hartford (Includes copyrighted material Form HA 99 16 0312 of ISO Properties, Inc.,with its permission.) Page 5 of 5 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number:4BWEAAB9BAE Endorsement Number: Effective Date.091ol/2098 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: AZTECA ENTERPRISES,INC This endorsement applies only to the insurance of the operations described in the Schedule where provided by the policy because Texas is shown in you are required by a written contract to obtain this Item 3.A. of the Information Page. waiver from us. We have the right to recover our payments from This endorsement shall not operate directly or anyone liable for an injury covered by this policy. We indirectly to benefit anyone not named in the will not enforce our right against the person or Schedule. organization named in the Schedule, but this waiver The premiurh for this endorsement is shown in the applies only with respect to bodily injury arising out Schedule. Schedule 1. ( ) Special 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 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: Form WC 42 03 04 B Printed in U.S.A. Process Date:09/01118 Policy Expiration Date: 09/01/19 STANDARD GENERAL CONDITIONS OF TIM CONSTRUCTION CONTRACT MY OF FORT WORTH ST.AMMW CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febmary2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2--Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 .Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards........A...........................................................................................I................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................................................................................................................1.11 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 Article5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment,and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CrI Y OF FORT WORTH STAMARD CONSTRUCTION SPECIRCATION DOCUMENTS Revision:Febwmy2,2016 6/02 Labor; llonrn............................................................. ..................................................20 6.03 Services,Materials, and Equipment..--.—'--.----..--'~----.—~.,..----.20 6.04 Project Schedule.......... ...............................................................................................................2l 6.05 Substitutes and' ---.--....---.--....~---..----.--.------..2l 6/06 Concerning Subcontractors,Suppliers,and Others....................................................................24 6/07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........... ........................................................................... ...................26 6.09 Permits and Utilities....................................................................................................................2? 6.10 Laws and Regulations—.---..---.~.~--~—_—^...—.^----------.......l7 6.I1 Taxes................................................................................................................. .........................28 6.12 'Use oI Site and Other Areas ................................................. .....................................................2J 6.13 Record Documents............................................... ......................................................................29 6.14 Safety and Protection..................................................................................................................29 6L15 Safety —...---.--------..----'--..~.....----........^..30 6i16 Hazard Communication Programs ....-----..--.---.----.—.--~..----.^—]O 6.17 Emergencies and/or DedjfiooUon...............................................................................................30 6.18 Submittals......................................................... ..........................................................................3I 6.19 Continuing the Work........................................................................................... .......................32 620 Contractor's General Warranty and Guarantee..........................................................................52 621 Indemnification..—.------^.---..~----------~.---.—..-_.---.33 6.22 Delegation of Professional Design Services ...................................^ ...... ..................................34 6.23 Right to Audit............................. ................................. ..................'..........................................34 624 .----....._'.—_--.---^_—.—.--....--'----'-'^_'35 Article7—Other Work ot the Site............................................................... ...................................................35 7.01 Related Work n(Site.................................... .............................................................................35 7.02 Coordination........................................................................... ....................................................]6 ` Article 8—CKn,o Responsibilities.---........,—.—.—..........------^.--.----..—..--36 8.01 Communications tn Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 'Pay When Due.......................................................... ....... .........................................................36 8.04 Lands uzulEasements; and Tests................. .................................................................36 8J05Change Orders..................................................................................................................... .......36 8J00 hispcetions,Tests, and Approvals----'_—~.._.----~.-----.--._..'.._...-36 8.07 Limitations onCitv`o ....................................................................................37 8.08 Undisclosed Hazardous Efivironniental Condition....................................................................37 8.09 Compliance with Safety --................................................. ............. .......................37 Article 9—Cky`o Observation Status During Construction...........................................................................37 9.01 Cib'o Project Manager ........................................... ........................................ ......................3? 9.03 Visits bo Site................................................................................................................................37 9/03 Authorized Variations iu Work............................................................................. ....................30 9.04 Rejecting Defective Work........... ...............................................................................................38 9.05 Determinations for Work Performed................................................................................ .........58 9.06 Decisions on Requirements nf Contract Documents and Acceptability of Work.....................38 cnYonruurWonzu ` STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 I I -Cost of the Work;AIlowances;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 TitIe...................................................................................................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 ReIease........................................................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 Article16 Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD COPIsTRucnoN SPECIFICATION DOCLIWitM Revision:Febnmly2,2016 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 CM OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUN ENTS Revision:Febnwy2,2616 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1—DEFINITIONS AND TERNIINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents,the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award—Authorization by the City Council for the City to enter into an Agreement. 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 STANDARD CONSTRUCTION SPECIECAT10N DOCUMENTS Revision;FebmW2,2016 as7200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16, City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract 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—Ste Paragraph 11.01 of these General Conditions for definition. Cn Y OF FORT WORTH STANDARD CONSTRUCTION SITC17CATION DOCUMENTS Revision:Febtw y 2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26.Day or day A day,unless otherwise defined,shall mean a Calendar Day. 27. Director of Aviation -- The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas,or his duly appointed representative,assistant, or agents. 28. Director of Parks and Community,Services—The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant, or agents. 29. Director of Planning and Development The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30, Director of Transportation Public Works The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 31. Director of Water Department The officially appointed Director of the Water Department of the City of Fart 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 ar 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 O)i FORT WORTH STANDARD CONSTRUC'HON SPECIFICATION DOCUMENTS Revision:Febcuuy2,2016 007200-1 GENERAL.CONDITIONS Page 4 of 63 38.Final Inspection Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with.the Contract Documents. 39, General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition---The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42.Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43.Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44.Major Item=An Item of work included in the Contract Documents that has a total cost equal to or greaterthan 5%of the original Contract Price or$25,000 whichever is less. 45.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46.Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48.PCBs—Polychlorinated biphenyis, 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50.Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntwy2,2016 00 72 00-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Tknc. 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 SubmittalsS--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 apart 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. i CITY OF FORT WORTEI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ! Revision_1<ebwmy2,2016 00 72 00-1 GENERAL CONDITIONS Page 6 of63 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. SuppherA 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 aII materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day--A working day is defined as a day,not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m.and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. .Intent of Certain Terms or Adjectives; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnruy 2,2016 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. la addition, the adjectives "reasonable," "suitable," "acceptable," `proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D, Furnish,Install,Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor,materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed.A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION AOCi Ru BNIN Revision:Febnmy2,2416 007200-1 GENERAL CONDITIONS Page 8 af63 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 WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmiy 2,2Q16 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 ,order 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 shaII not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications,Codes,Laws, and Regulations 1. Reference to standards, specifications,manuals, or codes of any technical society,organization, or association,or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents.No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members,partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification,manual, or code, or(c) any instruction of any Supplier,then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORTwORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehr2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification,manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract:Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.1$.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions;or 2. reuse any such Drawings, Specifications, other documents,or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCUON SPECIFICATION DOCUMENTS Revision:Febnwiry2,2016 007200-1 GENERAL CONDITIONS Page 11 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; IIA7.ARDOUS ENVIRONMENTAL CONDITIONS;REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site.-City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions.The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted,and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. MY OF FORT WORTH sTA1VDARD CONSTRUCITON SPECIFICATION DOCU1v1RMS Revision:Febnrary2,2016 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 I own to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto;or 2, other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: if Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data"on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2. is of such a nature as to require a change in the Contract Documents;or 3, differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCHON SPECIFICATTON DOCUMENTS Revision:Fkcwy2,2016 007200-1 GENERAL CONDITIONS Page 13 of63 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 STANDARD CONSTRIUCHON SPECIFICATION DOCUMENTS Revision:Febawy2,2016 007200-1 GENERAL CONDITIONS Page 14 of63 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 mare 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 TORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F&niwy2,2016 007200-1 GENERAL CONDITIONS Pagc 15 of63 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 WorIc under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06 G shall obligate Contractor to indemnify any individual or entity ,from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY Or FORT WORTH STANDARD COldS'rRUMON SPECIFICATION DOCUNffiN"15 Revision:Febnuny2,2016 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 duty 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 Bands 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 STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Revision:F'ebmary2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, ,per project" or "per location", be identified in he certificate of insurance provided to the City. endorsement,which hall 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 d to do siness in e State, 4. The insurers for all policies must be sation, al l i licensed unsure rprove must have a minimum ratingr ting of A-: Texas. Except for workers compen VII in the current A. M. Best Key Rating Guide or Bemreasonably ra g is below that strength and solvency to the satisfaction of Risk Management. required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in n the favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against Engineer (if applicable), and each additional insured identified in the Supplementary Conditions other 6. Failure of the City to demand such certificates to identi evaddeficiencyence of l l from evidence thal compliance with t insurance requirements or failure of the City fy provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. lla or Excess 7. If insurance policies are not written for required. Ex ess Liability shaspecified coverage limits, an ll forlm of the Liability insurance for any differences primary coverage. S. Unless otherwise stated, all required insurance shall here aac love date hall be coinc denten on the ,occurrence 'vl'I h coverage is underwritten on a claims-made basis, ce shall or prior to the date of the effective date n the retroactive date. The insurancent and the certificate of lca erage shall state that the coverage is claims-made and he ears following Final be maintained for the duration of the Contract and for he warranty y period,whichever is Acceptance provided under the Contract Dacument ce submitteds or rt h the ty hall evidence such longer. An annual ' insurance coverage. er lify or 9. Policies shall have no exclusions as endorsements,limits im ts a£swhich,coverage unlesslsuch endorsements required required lines of coverage,nor decrease the hexecuted and the are approved in writing by the City. In the event� °n desires additionalract has been bid or nuance overage, exclusions are determined to be unacceptable City and the City desires the contractor/engineer to obtain t ionich coverage,coverage the 10/a tract price shall be adjusted by the cost of the premium for such 10. Any self-insured retention (SM), in excess of $25,000.00, affecting required insurance City in regards to asset value and stockholders' equity. In coverage shall be approved by the, CITY OF FORT WORTS STANDARD CONS"rRL7CTION SPECIFICATION DOCUMENTS Revision:Februmy2,2016 007200-] 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. I I. Any deductible in excess of$5,000.00, for an oli first-dollar basis,must be acceptable to and approved p oved cY thathe City. does not provide coverage on a by make reasonable adjustments to insurance 12. City, at its sole discretion, reserves the right to review the insurance requirements and to 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 contractin to provide prior notice of 90 days, g Party s the City, The, l and the insuran Work by Change Order. adjutme t shall be in orpora ed into the 13. City shall be entitled, upon written request and without expensc, 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 fia conform the policy and endorsements to the requirements Of the Contract.Deletions,revisions, or modifications shall not be required where policy provisions are established h regulations binding upon either party or the underwriter on any such policies. y law or 14. City shall not be -responsible for the direct payment of insurance premium Contractor's insurance. costs for 5.04 Contractor's Insurance A. Workers Compensation and Employers'Liability. Contractor shall purchase and insurance coverage with limitstain such Ixa ai consistent with statutory benefits Outlined in the Texas nWorkers, Compensation Act(Texas Labor Code,Ch.406,as amended),and minimum limits for Employers' Liability as is appropriate for the Work being performed d as will provide protection from claims set forth below which may arise out of or result f an rom Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed b them to perform any of the Work, or by anyone Contractor, any Subcontractor or Supplier,or by anyone directly or indirectly employed by any of for whose acts any of them maybe liable: acts; 1. claims under workers' compensation, disability benefits, and other similar employee benefit 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 IiabiIity 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 MY Or FORT WORTH STANDARD CONSTRUCITON SPECIFICATTON DOCUMENTS Revision:PebnKg2,2016 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 Caraceliation: Contractor shall immediately rlolif 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 ofBond.s 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-confoimance with the Contract Documents,the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates(or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request.if Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents,the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. .ARTICLE 6--CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and,Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques,sequences,and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECT-ICATION DOCUMENTS Revision:Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 20 of63 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: I. for beyond R Pbu'ar Working Hours request ii:ust 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. MY OF FORT WORM STANDA1W CONSTRUMON SPECIFICAUON DOCUMSN'IS Revision:F'ebawy2,2016 j I j 00 72 00-1 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; MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION I]OCUNMNTS Revision:FebnjmyZ 2016 007200-1 GENERAL CONDITIONS Page 22 of63 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 Rems: 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 rA>aterial or equipment proposed is essentially equivalent to that named and an accepiao.le '-s itute 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION UOCUNMNTS Revision:Febnmry 2,2016 00W00-1 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 there 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. CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn iy2,2016 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 Subconiractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: L 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 shalt be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall,upon request by City,allow an audit and/or examination of any books,records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A.Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH sTANDARD CONSTRUCTION SPF.CEITCATTON DOCUMENTS Revision:Febnmry2,2-016 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 ofthe Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty,to pay Prevailing Wage Rates, The Contractor shall -comply with.all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not•less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty far Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates,such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febuimy 2,2016 0072Q0-1 GENERAL CONDITIONS Page 26 of 63 D.Arbitration Required if Tiolation 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 accoTdance 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. ff the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall,for a period of three (3) years following the date of acceptance of the work, maintain records that show (i)the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii)the actual per diem wages paid to each worker, The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit,shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 225 8,Texas Government Code. G. Posting of Wage Rates.The Contractor shall past prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all Iicense 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 Lases 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revision:Febn�y2,2016 00 72 00-1 GENERAL CONDITIONS Page 27 ODD 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 Iicenses. 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, Iosses,and damages(including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT woRTH STANDARD.CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febm iy2,2016 007200-1 GENERAL CONDITIONS Page28 of63 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 snake certain that the Specifications and Drawings are in accordance with Lays 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 maypurchase, 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 Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. bnp://www.window.state.tx.us/taxinfo/tamforms/93-fairns.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 sTANDARDCONSTRUCTION SPEURCATION DOCUMENTS Revision:Febmmy2,2016 007200-1 GENERAL CONDITIONS Page 24 of63 3. ShouId any Damage Claire 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 6.2.1, 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 Iocations 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 PORT WORTH STANDARD CONSTRUMON SPFCMCN110N DOCU-hMNTS Revision:Febnafy2,2016 0072 00-I GENERAL CONDITIONS Page 30 of63 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. 13. 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 Rectif cation A. Tn emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCHON SPECIFICATION DOCUMENTS Revision:Fc33Rsay2,2016 007200_1 GENERAL CONDITIONS Page 31 of63 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. d. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTTON SPECIFICATION DOCUMENTS Revision'Fcbmmy2,2016 007200-1 GENERAL CONDITIONS Page,32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible, or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIMNTS Revision:Febnny2,2016 007200-1 GENERAL COMMONS Page 33 of63 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, F D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with:the requirements of Article 5.02.B.The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. IM INDEMNIFIC N PROVISION S SPFCMCALLY INTENDED TO OMLU AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOMF, OF IM DAMAGES BE G SOUGHT WERE CAUSED,IN WHOLE OR 11Y 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 MEMNIFICATION RROVISTON IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICAnON DOCUMENTS Revision:Febmy2,2016 007200-1 GENERAL CONDITIONS Page 34 of63 SPECIFICALLY INTENDED TO O I{'RATE AND BE EFFECTIVE EVEN IF IT IS ALLE YED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGIIT WERE C U ED IN MMOLL, OR IN PART. BY ANY ACT. ONUSSTON Q .,R NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means,methods,techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract,have access to and the right to examine and photocopy any directly pertinent books, documents,papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular 'Working Hours to all CITY OF FORTWORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision Febmary2,2016 007200-1 GENERAL CONDITIONS iinge 35 of63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and- the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race,color,or national origin. B. Title V1, Cavil 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 TIV 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 WOR71I sTANDARDCONSTRUCTION SPECIFICATION DOCUb"NTS Revision:Febnazy2,2016 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 leaking 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, andApprovals City's responsibility with respect to certain inspections,tests, and approvals is set forth in Paragraph 13.03, CrrX OF FORT W0KfH STANDARDCONS'fRUCTION SFEWICATION DOCUMENTS Revision:Febnxuy2,20i6 007200-1 GENERAL CONDITIONS Page 37 of63 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 here>. 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. MY OF FORT WORTH STANDARD CONSTRUMON SPECIFICAITON DOCUMENTS Revision:F&Rriy2,2016 00 72 00-1 GENERAL.CONDITIONS Psge 38 of63 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 for 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 OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 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 10.0 LA,(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 pi epare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a;result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuiy 2,2016 00 72 CC-I GENERAL CONDIVONS Page 40 of63 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 STANDARD CONSTRUCTION SPECIFICATION DOCU ffiNTS Revision:Febnmiy 2,2016 0072 00-1 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 all adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE II —COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK;PLANS QUANTITY MEASUREMENT 1 t.01 Cost of the Work A. Costs Include& 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. PayrolI costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on-the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup,or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave,vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment,machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxumy2,2016 0072 00-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine,which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers,which are consumed in the performance of the Work,and cost,less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor,any Subcontractor,or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS Revision:Pebawy2,2016 007200-1 GENERAL CONDITIONS Page 43 o£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, tinmkeepers, clerics, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.A, 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: CFrX OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fe6nEay2,2016 007200-I GENERAL CONDITIONS Pago 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. Contingencyl411owance: Contractor agrees that a contingency allowance,if any,is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if; 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement;and 2, there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICKHON DOCUMENTS Revision:F&mmy2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist,this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as,final payment quantities,unless revised by the governing Section or-this Article. B. If the quantity measured as outlined under "Price and Payment Procedures"varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes.The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error,or to correct an error on the plans,the plans quantity will be increased or decreased by the amount involved in the change, and the 25%variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUWNTS Revision:Febnkuy 2,2016 007200-1 GENERAL CONDITIONS Page 46 of63 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 It.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 12.01.13.2, 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 I'ee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2, and 11.01.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(50/o); 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 STANDARD CONSTRUCTION SPECIFICATION DOCUNMiN S Revision:Febniuy 2,2016 00 72 00--1 GENERAL CONDITIONS Page 47 of63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.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 of25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; 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 fork 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 STANDARD CONsT'RUCnON SPECTICATTON DOCUMENTS Revision:FcbnmWZ2016 00 72 0D-1 GENERAL CONDITIONS Page48 ofb3 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE Or DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be givers to Contractor. Defective Work may be rejected, corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections,tests,retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation(TDLR)inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials,mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. MY OF FORT WORTH STANDARD coNSTRUCTJoN SPFC1r1CAT10N DOCUMSN'1S Revision:Febmuy2,2015 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract 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 STANDARD CONSTRUCTION SPECIFICATION DOCUN NTS Revision:Tebma y2,2016 00 72 00-1 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 instmetions, 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. MY Of,FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebrmEy 2,2016 007200-1 GENERAL CONDJTIONS Page 51 of63 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 Docltnrents. 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. K Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs)attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously.In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAnON DOCUMENTS Revision:Fe]nnjmy2,2016 00 72 00-1 GENERAL CONDMONS Page 52 or63 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 suns 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 clays 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 FORTWORTH STANDA10 CONSTRUCTION SPECIFICATION DOCUhE-NrS Revision:Febnoy 2,2016 00 72 00-] GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment.requested in an Application for Payment will be based on City's observations of the executed Work,and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the paint 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 proecss 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 STANDARDCONSTRUMON SPECIRCA£ION DOCiIIvfiENTS Revision:Febbmary2,2016 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. K 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, If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld.City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment,whether incorporated in the Project or not,will pass to City no later than the time of payment free and clear of all Liens. CITY OIL FORT WORTH STANDARD CONsTRuCTION SPECLUTCATION DOC]MFN TS Revision:Februxy2,2016 00 72 00-1 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: I. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving-the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finall`nspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents, 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection,City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCUON SPECIFICATION DOC[IM1 NTS Ravision:FebnoEyV016 007200-i 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 WORD STANDARD CONSTRUCTION SPECIFICATION DOCUWWM Revision;Febwmy2,20I6 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 fi-om 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. MY OF FORT WORTH STANDAm CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febm%y2,2016 I . I 007200-1 GENERAI-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 420020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Lavers 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 S. 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. I. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECQTCATION DOCUMENTS Revision:Febma y2,20 L 6 007200-1 GENERAL CONDITIONS Page 59 of63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs,losses and damages exceed such unpaid balance,Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work,or any portion thereof,may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall n6t fbiTeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for,in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City,the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRL MON SPECMICATION DOCUMENTS Revision:Febm y Z 2016 007200-1 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 shalt be deemcd 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 STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS Revision:Feb"W2,2016 007200-1 GENERAL COND[TIONS Page 61 of 63 D. Not Iater than 15 days thereafter, the City shall accept title to such items provided,that the Iist 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 Nfethods 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: MY OF FORT WORTH STANDARD coNSTRUCTION 1PECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-l GENERAL CONDITIONS Page62 of63 1. elects in writing to involve 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 whore 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 Iimitation 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 PORT WORTII STANDARD CONSTRUCTION SPFa ICA.TION DOCUMENTS Revision:Pebn 2,2016 007200-i GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUWNTS Revision:Febnuuy 2,2016 007300-1 SUPPLEMF.NTARY CONDITIONS Page 1 of 6 I SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are I 1 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24" SC-3.0313.2,"Resolving Discrepancies" 25 26 flans govern over Specifications. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1.,"Availability of Lands" 35 36 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 37 January 31, 2019: 38 39 Outstanding Right-Of-Way,and/or)Fasements to Be Acquired PARCEL OWNER TARGET DATE N NMER OF POSSESSION "done" 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 41 and do not bind the City, 42 43 if Contractor considers the final easements provided to differ materially from the representations on the. 44 Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, 45 notify City in writing associated with the differing easement Iine locations. 46 47 SC-4.01A.2,"Availability of Lands" MY OF TORT WORTH .2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 1 2 UtiIities or obstructions to be removed,adjusted,and/or relocated 3 4 The following is list of January 31, 2019 5 EXPECTED UTILrTY AND LOCATION TARGET DATE OF OWNER ADJUSTN>EN'1' "None" 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 SC-4.02A.,"Subsurface and Physical Conditions" 10 11 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 View Soil Lab test hole reports on Buzzsaw 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are,at or contiguous to the site of the Work: 17 18 "None" 19 20 SC-4.06A.,"Hazardous Environmental Conditions at Site" 21 22 The following are reports and drawings of existing hazardous environmental conditions known to the City: 23 "None" 24 25 SC-5.03A.,"Certificates of Insurance" 26 27 The entities listed below are"additional insureds as their interest may appear"including their respective 28 officers,directors,agents and employees. 29 30 (1) City 31 (2) Consultant: "None" 32 (3) Other: "None 33 34 35 SC-5.04A.,"Contractor's Insurance" 36 37 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 38 coverages for not less than the following amounts or greater where required by laws and regulations: 39 40 5,04A.Workers'Compensation,under Paragraph GC-5.04A. 41 42 ,Statutory limits 43 Employer's liability 44 $100,000 each accidentloccurrence 45 $100,000 Disease-each employee 46 $500,000 Disease-policy limit 47 48 SC-5.048.,"Contractor's Insurance" 49 CITY OF FORT WORTH 2O18 CIP Concrete Restoration Comma 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 101587 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 5.04R.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of- 4 5 $1,000,000 each occurrence 6 $.2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide"X',"C",and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of.Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability In under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-awned. 20 21 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 22 least: 23 24 $250,000 .bodily Injut y per person/ 25 $500,006 Bodily Injiuy per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks "None". 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: $N/A 48 49 (2) Each Occurrence: $N/A/A 50 51 —Required for this Contract X Not required far this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 CITY OF TORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCi]MENTS 101587 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of,6 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company,separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate $nm the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade I3 separation. 14 15 4, If no grade separation is involved but other work is proposed on a railroad company's right-of 16 way,all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 GC—6.07, "2013 Prevailing Wage Rates(Highway&Heavy Construction Projects" 39 40 SC-6.09.,"Permits and Utilities" 41 42 SC-6.09A.,"Contractor obtained permits and licenses" 43 The following are known permits and/or Iicenses required by the Contract to be acquired by the Contractor: 44 Fort Worth City Street Use Permit 45 46 SC-6.09B."City obtained permits and Iicenses" 47 The following are known permits and/or licenses required by the Contract to be acquired by the City: 48 "None" 49 50 SC-6.09C."Outstanding permits and licenses" I 51 i 52 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of December 53 14,2018: 54 55 Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION „None" "None" "None" 1 2 SC-6.2413.,"Title VI,Civil Rights Act of 1964 as amended[OMITTED] 3 4 5 SC-7.02.,"Coordination" 6 7 The individuals or entities Iisted below have contracts with the City for the performance of other work at 8 the Site: 9 Vendor Scope of Work Coordination Authorit „None" "None" 'None ' 10 11 12 SC-8.01,"Communications to Contractor" 13 14 1. Temporary project signage: During construction, two project signs shall be provided for each 15 street tinder construction 16 2. All removed material/debris must be hauled off to a writable dumpsite within the same dory. 17 3. Contractor shall sarv-cut curb and gutter andlerpavementprior to removal. '18 4. Contractor shall backfill behind the curb, driveways, sidewalks,ADti ramps, etc.within five(5) 19 days fi-om the date the flatwork is completed. 20 21 22 SC 9.01.,i4City's Froject Manager" 23 24 The City's Project Manager for this Contract is Greg Robbins, PE or his successor pursuant to written 25 notification from the Director of Transportation and Public Works. 26 27 SC-13.03C.,"Tests and Inspections" 28 29 "None" 30 31 SC-16.01C.1,"Methods and Procedures" 32 33 "None" 34 35 36 END OF SECTION CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRICTION SPFCIFICATIONDOCUMFNI'S 101587 Revised Anuary 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 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 2018 CIP Concrete Reslorallon Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 R-tvised January 22,2016 011100-1 SUMMARY OF WORK Page 1 of 4 1 SECTION 011100 2 SUMMARY OF WORK 3 PART 1 - GENERAL, 4 11 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 a. Martin Street consists offull concrete panel replacementfrom the intersection 8 with Foard Street to Shackleford Street. Damaged or unacceptable subgrade 9 should be replaced or repaired with flexhase material and/or geogrid prior to 10 concrete placement as required. Concrete panels on this street maybe 11 machine placed. The cost of replacing monolithic curb and gutter is 12 considered subsidiary to the unitprice for concrete removal and replacement. 13 Prior to demolition, construction staking should be performed in order to 14 establish and record existing top-of-curb elevations and longitudinal street 15 grades and to re-establish the grades of the streetfor construction. The re- 16 established grades should correct localized areas of ponding along the curb 17 line. Contractor shall coordinate with the City inspector to identify localized 18 ponding areas where the curb elevation has subsided and is therefore not an 19 acceptable existing curb elevation for staking. 20 b. Altarnesu Boulevard consists of apartial concrete panel replacementfrom the 21 intersection with Whitman Avenue to Hulen Street. Damaged or unacceptable 22 subgrade should be replaced or repaired with flexhase material and/or geogrid 23 prior to concrete placement as required Damaged concrete panels on this 24 street indicated by the included exhibits shall be hand placed The cost of 25 replacing monolithic curb and gutter located on damaged panels is considered 26 subsidiary to the unitprice for concrete removal andreplacement. Concrete 27 curb and gutter replaced separately from a replaced panel will he paid through 28 a separate bid item. Prior to demolition, construction staking should be 29 performed in order to establish and record existing top-of curb elevations and 30 longitudinal street grades and to re-establish the grades of the streetfor 31 construction. The re-established grades should correct localized areas of 32 ponding along the curb line. Contractor shall coordinate with the City 33 inspector to identify localizedponding areas where the curb elevation has 34 subsided and is therefore not an acceptable existing curb elevation for staking. 35 36 B. Deviations from this City of Fort Worth Standard Specification 37 1. Mobilization and demobilization will be subsidiary to this project pay items, not 38 separate pay. No payment will be made for mobilization and demobilization from 39 one location to another in normal progress ofperforming the work. Remobilization 40 pay item may be paid far suspension of work specifically required in the contract 41 documents or as requested by the City, 42 C. Related Specification Sections include,but are not necessarily limited to: 43 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 44 2. Division 1 -General Requirements CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 01 11 00-2 SUMMARY OF WORK Page 2 of 4 1 1.2 PRICE AND PAYMENT PROCEDURES 2 A. Measurement and Payment 3 1. Work associated with this Item is considered subsidiary to the various items bid. 4 No separate payment will be allowed for this Item. 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS 7 A. Work Covered by Contract Documents 8 1. Work is to include furnishing all labor,materials, and equipment,and performing 9 all Work necessary for this construction project as detailed in the Drawings and 10 Specifications. 11 B. Subsidiary Work 12 1. Any and all Work specifically governed by documentary requirements for the 13 project,such as conditions imposed by the Drawings or Contract Documents in I4 which no specific item for bid has been provided for in the Proposal and the item is 15 not a typical unit bid item included on the standard bid item list,then the item shall 16 be considered as a subsidiary item of Work,the cost of which shall be included in 17 the price bid in the Proposal for various bid items. 18 2. Mobilization and demobilization will not be paid directly but shall be considered 19 subsidiary to the major items of work. No payment will be made for mobilization 20 and demobilization from one location to another in normalprogress ofperforming 21 work 22 C. Use of Premises 23 1. Coordinate uses of premises under direction of the City. 24 2. Assume full responsibility for protection and safekeeping of materials and 25 equipment stored on the Site. 26 3. Use and occupy only portions of the public streets and alleys, or other public places 27 or other rights-of-way as provided for in the ordinances of the City, as shown in the 28 Contract Documents, or as may be specifically authorized in writing by the City. 29 a. A reasonable amount of tools,materials, and equipment for construction 30 purposes may be stored in such space,but no more than is necessary to avoid 31 delay in the construction operations. 32 b. Excavated and waste materials shall be stored in such a way as not to interfere 33 with the use of spaces that may be designated to be left free and unobs(Tucted 34 and so as not to inconvenience occupants of adjacent property. 35 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 36 manner as not to interfere with the operation of the railroad. 37 1) All Work shall be in accordance with railroad requirements set forth in 38 Division 0 as well as the railroad permit. 39 D. Work within Easements 40 1, Do not enter upon private properly for any purpose without having previously 41 obtained permission from the owner of such property. 42 2. Do not store equipment or material on private properly unless and until the 43 specified approval of the property owner has been secured in writing by the 44 Contractor and a copy furnished to the City. CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 01 11 00-3 SLThEVIARY OF WORIC Page 3 )f4 1 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 2 obstructions which must be removed to make possible proper prosecution of the 3 Work as'a part of the project construction operations. 4 4. Preserve and use every precaution to prevent damage to,all trees, shrubbery,plants, 5 lawns,fences, culverts,curbing, and all other types of structures or improvements, 6 to all water,sewer, and gas lines,to all conduits,overhead pale lines,or 7 appurtenances thereof,including the construction of temporary fences and to all 8 other public or private property adjacent to the Work. 9 5. Notify the proper representatives of the owners or occupants of the public or private 10 lands of interest in lands which might be affected by the Work. 11 a. Such notice shall be made at least 48 hours in advance of the beginning of the 12 Work. 13 b. Notices shall be applicable to both public and private utility companies and any 14 corporation,company, individual, or other, either as owners or occupants, 15 whose land or interest in land might be affected by the Work. 16 c. Be responsible for all damage or injuxy to property of any character resulting 17 from any act,omission,neglect, or misconduct in the planner or method or 18 execution of the Work,or at any time due to defective work,material,or 19 equipment. 20 6. pence 21 a. Restore all fences encountered and removed during construction of the Project 22 to the original or a better than original condition. 23 b. Erect temporary fencing in place of the fencing removed whenever the Work is 24 not in progress and when the site is vacated overnight,and/or at all times to 25 provide site security. 26 c. The cost for all fence work within easements, including removal,temporary 27 closures and replacement, shall be subsidiary to the various items bid in the 28 project proposal,unless a bid item is specifically provided in the proposal. 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY[NOT USED] 37 PART 2 -- PRODUCTS [NOT USED] 38 PART 3 - EXECUTION[NOT USED] 39 END OF SECTION CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRi3CTTON SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 01 11 00-4 SUMMARY OF WORK Page 4 of 4 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 I CITY OF FORT WORTH 2018 C1P Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 012500-1 SU13SUTUrION PROCEDURUS Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b, Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B Deviations from this City of Fort North 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 f—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 13 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 2018 CIP Concrete Restoration Cant)-act 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Paget of4 I 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 Gcneral Conditions. CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 0I2500-3 SUBSTITUTION PROCEDURES Page 3 of4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion,substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 USE DI 26 1.12 WARRANTY [NOT USED] 27 FART 2- PRODUCTS [NOT USEDI 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH 2018 C11'Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATIONDOCLTM13NTS EOI58"1 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: I3 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution wiII 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 2OI8 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,201I 013119-1 PRECONSTRUCTION MEETING Page I of3 I 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 I. 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 payrnent will be allowed for this Item. 17 1.3 REFERENCES fNOT 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 Proj ect 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 i 38 to invite or the City may request CITY OF FORT WORTH 2Om CIF'Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised August 17,20 42 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 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description ofProjcot 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 m, 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 MBEISBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF PORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 10I587 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] & 1.12 WARRANTY[NOT USED] 9 PART 2- PRODUCTS [NOT USED] 1 D PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2018 CIP Concrete Restoration Conhwd 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised August 17,2012 013120-1 PROJECT MFFTINGS Page]Of 3 I SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1—General Requirements 14 1..2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will he allowed for this Item. j 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 tequested 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 I 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 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 013120-2 PROJECT MEETINGS Pap 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 I7 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 sheeting 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 constructions contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH 2018 CIP Concrele Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 013120-3 PROdECTMEFTINGS 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. 16 1) To the extent practicable,meetings will beheld at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORM ATIONAL 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 USE, 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 2018 CIP Concrete Restoration Contract 3 CITY OF FORT WORTH 101587 s"rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised duly 1,2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for; 7 a. Preconstruction Videos S B. Deviations from this City of Fort Worth Standard Specification 9 1. None. to C. Related Specification Sections include, but are not necessarily limited to: 12 t 1 1. Division 0—Bidding Rcquirements, Contract Forms and Conditions of the Contract 2. Division I—General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this item is considered subsidiary 16 No separate payment will be allowed fox this Item. to the various items bid. 17 1.3 REFERENCES[NOT USED] IS 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 di i g tal 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED1 36 110 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] CrTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Concrete Rest=116n Contract 3 Revised July 1,2011 101587 01 32 33-2 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 MY ON FORT WORTH 2O18 CIP Concrete Restoration Conh•act 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 0133 00-1 SUBMITTALS Page t 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 fallowing 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract forms and Conditions of the Contract 16 2. Division 1—General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing,at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities,or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH 2O18 UP Concrete Restoration Contr-act 3 STANDARD CONSTRUCTION SPECFICATIONDOCUWNTS 101587 Revised December 20,2012 01 33 00-2 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'/z inches x I I inches to 8 %inches x I 1 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 2O18 CIP Concrete Restoration CaMract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 01 33 00- 3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of; 4 a. Contractor 5 b, Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards,such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10, Identification by highlighting of revisions on resubmittals 14 11, An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List, clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 01 33 00-4 SUBMfTTALS 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 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing,as applicable to the Work 18 L 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 I 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 WORM 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 013300-5 SUBMn-IALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 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 2O18 CIP Concrele Restoration Contract 3 STANDARD CONS"rRUCT10N SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 013300-6 SUBMrITALS 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; I I however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmitta 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 resubmittel. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the I9 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 manufacturcr/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 i 33 Representative's then prevailing rates. j 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 I 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 2018 CIP Concrete Revorat6on Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 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 reccipt 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 Information(RFI)form provided by the City. 21 3. Numbering ofRF1 22 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will 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 SUBAUTTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED1 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 L9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING[NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USE, 37 1.12 WARRANTY [NOT USED] CITY OF PORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATTONDOCUMF.NTS 101587 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 I PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 212 0/2 0 1 2 D,Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised Decamber 20,2012 i i 0135 13-1 SPECIAL PROJEC"f PROCEDURES Page 1 of 8 I SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - 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 I I e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25--Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH 2O18 CIP Concrete Restoradon Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 141587 Revised December 20,2012 013513-2 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 Iatest 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. Alt 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 2O18 CIP Concrete Restoration Contact 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 10I587 Revised December 20,2012 013.513-3 SPECIAL PROJECT PROCEDURES Pago 3 of 8 I a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case, 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. I 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: IS 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) (.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 I hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions,or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives,Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF PORT WORTH 2O18 CIP Concrete restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December20,2012 01 35 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 e, In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the 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 WORTI3 2018 C1P Concrete Restonvion Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 0135 13-5 SPECIAL PROJECT PROCEDURES Page 5 or 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 Tnspector. 17 J, Coordination with United States Army Corps of Engineers(USACE) 1s 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 2018 CIP Concrele Restoration Contrael 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101537 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBNIITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION[NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY Of CHANGE 1.4.13—Added requirement of compliance with health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 13 I I CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 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 LINES ON OR AROUND YOUR 19 PROPERTY, 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOITS SUPERINTENDENT> AT <TELEPHONE NO.> 29 34 OR 31 32 Mr. <CITY INSPECTOR> AT< TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THiS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECII'ICATION DOCUMENTS 101587 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 Of 8 1 Exn BIT B 2 FORT WORT Dalai Dole two.XXAX /� �r�r �e /Axajeat mauve. RART WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL HE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL, MR. AT (CONTRACTORS SUPERINTENDENT) (rELEKPIIONE NUMBER) OR AT MR. (CITY INSPECTOR) (TELEPHONE NUMBER.) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR " A CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUM131i ITS 101587 Revised Decamber 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of) 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 11 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 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 a. Contractor is responsible for performing,coordinating,and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test accurs. 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. MY OF FORT WORTH 20 &CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of2 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 I 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 Proj ect Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 2018 CIP Concrete Restoration Contact 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I01587 Revised July 1,2011 015000-1 TEMPORARY FACILTIIES AND CONTROLS Pago I of 4 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 24 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 1 week before water for construction is desired CITY OF FORT WORTH 2018 CIP Concrete Restoration Conti act 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 oM 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 far 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 service at Site for use by Contractor personnel 11 a. Provide emergency telephone 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 identiflcatiarr, 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 2018 CIP Concrete Restoration Contract 3 CITY OF PORT WORTH 101587 STANDARD CONSTRUC`rION SPECIFICATION DOCUMENTS Revised July I,2011 015000-3 TRAGIORAIZ'f'FACILITIES AND CONTROLS Pago 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 mariner 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 SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USE, 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 14 1A 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 USE, 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 L Maintain all temporary facilities for duration of construction activities as deeded. 24 3.5 [REPAIR]/[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD lox] 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Concrete Restoration Comma 3 Revised July 1,2011 101587 Ol 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work,to a 1 rior to start of Work- 2 condition equal to or better than p 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE[NOT USED1 5 3,14 ATTACHMENTS [NOT USED] END OF SECTION 6 7 Revision Log SUMMARY OF CHANGE DATE NAME 8 2018 CIP Concrete Restoration Co 1 1587 CITY OF FORT WORTH STANDARD CONSTRUCTIOAi SPECIFICATION DOCUMENTS Revised July 1,2011 START USR PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of3 I SECTION 0-1 SS 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 L Administrative procedures for: 7 a. Street Use Permit 8 b- Modification of approved traffic 9 c. Removal of Street Signs control 10 B. Deviations from this City 11 I• Nona. of Fort Worth Standard Specification 12 C. Related Specification Sections include,but are not necessarily limited to: I4 2. Division I3 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract I —General Requirements 15 3. Section 34 7I 13—Traffic Control I6 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Pa I8 yment I• Work associated with this 19 Item is considered subsidi No separate payment will be allowed for this Item. y to the various Items bid. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refex to the current reference standard 23 published at the time of the latest revision date Ia 24 specification,unless a date is specifically cited. ndard logged at the end of this 25 2. Texas Manual on Uniform Traffic Control Devices CTMUTCD), 26 1.4 ADMINTSTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General a. 30 When traffic control plans are included in the Drawings,ControI in accordance with Drawings provide Traffic and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, 32 control plans in accordance with Section 34 71 13 33prepare traffic 34 review. and submit to City for 1) Allow minimum 10 worldng 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 q Transportation and Public Works Department. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised.Iuiy I,20][ 2018 C,7P Conernte R2SI0Y'7t'Cn Contract 3 101527 015526-2 STREET _ PERMIT AND MODIFIGA LIONS TD CRAPTIC COge 2 f 3 Page 2 of 3 Allow a minimum of 5 working days s for permit review. lans for 1) 1 2) Contractors responsibility to coordinate review of Traffic Contro p 2 Street Use Permit,such that construction is not delayed. 3 C. Modification to Approved Traffic Contra 4 Transportation and 5 1, Prier to installation traffic control: De �l-Went 6 a. Submit revised traffic control plans to City p Public Works Department. 7 3. 1) Revise Traffic Control plans in accordance with Season 34 71 1 8 days for review of revised Traffic Control. 2) Allow minfi um 5 working Y 9 - It l w Contractor's responsibility to coordinate review of Traffic Control 10 ) plans for Street Use permit,such that construction is not delayed. 1i Removal of Street Sign must be removed for construction,then contact 12 D. sand Markings Division to 7. If it is deterinined that a street sign ent,Sign 13 City Transportation and Public Works Deparim 14 remove the sign. 15 Si a e ermanent sign with temporary sign meeting 16 E' Temporary gn g Iatory signs,replace p 1. In the case of regu . on of the Texas Manual on Uniform'Traffic control 17 requirements of the latest edits 18 1 Devices(MUTCD) ermanent sign. 19 sip before the removal of p 20 2. Install temporary gn 3. When construction i,complete,to the extent that the permanent sign can e 21 'nstalled,contact the City Transportation and Public Works Department,Signs 22 reinstalled, permanent sign. 23 and Markings Division,to reinstall the p 24 F. Traffic Control Standards 's Bu=aw website. 25 1. Traffic b Control Standards can e found on the City 26 1.5 SUBMITTALS[NOT USED] TIONAL SUBMITTALS [NOT USED] 27 1.6 ACTION SUBTTALSfINI'ORMA SED1 28 L7 CLOSEOUT SUBMITTALSI;R;AL SUBMITTALS[NOT USED] 29 g MAINTENANCE MAT 30 1.9 QUALITY ASSURANCE[NOT USED] 31 114 DELIVERY,STOItA GE,AND HANDLING [NOT USED] 32 111 FIELD[SITE] CONDITIONS[NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION[NOT USED] END Or, SECTION 36 ntract 3 2618 CIP C011crete Restoratiaa Co 101587 CT-Cy OF FORT wORTH sTANDARD GONSTRUCTION SPECIFICATION DOCUMENTS Revised.July 1,2011 STREET USE PERMIT AND MODjMC7ATIONS TO' 01 55 26-3 i I7tAF'IC CONTROL Page 3 qf3 RcAsiotz Lag DATE NAME SUMMARY Off'CHANGE 2 CITIJ OF PORT WORTH STANDARD CONSTRUCTION SPECIF Revised July 1,2011 ICATION llOCCTMENTS 2018 f7lP Cmlcj ete Re rforat on Coirtrac/3 IOI587 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 I 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 31 25 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 REQUMEMENTS 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 WORTHa018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 10I587 Revised 7u1y 1,2011 01 57 13-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than I acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. I to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting,send I 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 Z9 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 N01 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 Meetinga'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 TORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 01 5713 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 0133 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USE, 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION INOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 i I I CITY OF PORT WORTH 2018 CIP Concrete-Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised Iuiy 1,2011 015813-1 TEMPORARY PROJECT SIGNAGH Page I 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 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid.. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE, REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD[SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED Eos] OWNER-SUPPLIEDPRODUCTS [NOT USE, 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 OP FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Rcvised July 1,2011 0158 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 I B. Materials 2 1. Sign 3 a. Constructed of N-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USE, 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 USED1 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 loR1 SITE QUALITY CONTROL[NOT USED] 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING [NOT USED1 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 2018 CIP Concrete Resforalfon Connucl 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE? NAME SUA MARY OF CHANGE 2 CITY OF FORT WORTH 2018 C111 Concrele Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page I of 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 l—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 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specifie 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 01 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 2018 C1P Concreie,Reworation Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD[SITE] CONDITIONS[NOT USED] 3 1.12 WARRANTY[NOT USED] d PART 2- PRODUCTS [NOT USED] 5 PART 3 - EXECUTION[NOT USED] 5 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified.Location of City's Standard Product List 8 CITY OF FORT WORTH 2018 CIP Concrete Rworatfan Conirad 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised Dceemher 20,2012 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREtvfMTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 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 USE, 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 perruitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2O18 GIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 0166 00-2 PRODUCT STORAGE.AND HANDLING REWIR NIENTS Page 2 of4 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. CIearly 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 i 1 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 Ieast 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 2O18 C1P Concrete Restoration Conlract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUN[ENTS 101587 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 1 1.11 FIELD [,SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 WSTALLERS [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 tors.] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment ip 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 USE,DI 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION , 30 CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101537 Revised July 1,2011 016600-4 PRODUCT STORAGE AND IIANDLWG REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WOXM 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 01 70 00-I MOBILIZATION AND REMOBILIZATTON Page 1 of 4 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) Remobilization 35 a) Transportation of Contractor's personnel,equipment,and operating 36 supplies to the Site necessary to resume the Work, 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUs1r ENTs 1015687 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBMIZATION Page 2 o£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 to 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 bours 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 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. i 29 b. Payment 30 1) The work performed and materials fumislled in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each romobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.I.A.2.a.1) 44 2) Remobilization as described in Section I.1.A.2.a.2) 45 d. No payments will be made for standby,idle time,or lost profits associated this 46 Item. CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1015687 Revised November 22,2016 017D00-3 MOBILIZATION AND REMOBILIZATION Page 3 of4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby,idle time, or lost profits associated 6 wifh this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section I.1.A.3.a.1) 19 2) Demobiiization as described in Section 1.I.A.3.a.2) 20 d. No payments will be made for standby,idle time,or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section LI.A.4.a) 34 2) Demobilization as described in Section 1.I.A.3.a.2) 35 d. No payments will be mad_e for standby,idle time,or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1015687 Revised November 22,2016 017000-4 MOBILIZATION AND REMOHILIZATION Page 4 of _ 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION 6 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. 7 CITY OF FORT WORTH 2018 CIP Concrete Restorallon Cowracr 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1015687 Revised November 22,2016 017123-1 CONSTRUCTION STAIk1NG AND SURVEY Page 1 of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PARTI- 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 Port Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1—General Requirements I2 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 Stalking". 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 4) Construction staking performed prior to the demolition of concrete panels 30 designated far replacement in order to establish and record existing top-of- 31 curb elevations and longitudinal street grade and to re-establish the grades of 32 the streetfor construction. The re-established grades should correct localized 33 areas of ponding along the curb line. Contractor shall coordinate with the 34 City inspector to ident6 localized ponding.areas where the curb elevation 35 has subsided and is therefore not an acceptable existing curb elevation for 36 staking. 37 2. Construction Survey 38 a. Measurement 39 1) This Item is considered subsidiary to the various Items bid. 40 b. Payment CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATIbN DOCUMENTS 101587 Revised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 1) The work performed and the materials furnished in accordance with this 2 Item are subsidiary to the various items bid and no other compensation will be 3 allowed. 4 3. As-Built Survey 5 a. Measurement 6 1) Measurement for this Item shall be by lump sum. 7 b. Payment 8 1) The work performed and the materials furnished in accordance with this 9 Item shall be paid for at the lump sum price bid for"As-Built Survey". 10 2) Payment for"Construction Staking" shall be made in partial payments 11 prorated by work completed compared to total work included in the lump sum 12 item, 13 c. The price bid shall include,but not be limited to the following:: 14 1) Field measurements and survey shots to identify location of completed 15 facilities. 16 2) Documentation and submittal of as-built survey data onto contractor redline 17 plans and digital survey files. 18 19 1.3 REFERENCES 20 A. Definitions 21 1, Construction Survey-The survey measurements made prior to or while 22 construction is in progress to control elevation,horizontal position, dimensions and 23 configuration of structures/improvements included in the Project Drawings. 24 2, As-built Survey--The measurements madc after the construction of the 25 improvement features are complete to provide position coordinates for the features 26 of a project. 27 3. Construction Staking—The placement of stakes and markings to provide offsets 28 and elevations to cut and fill in order to locate on the ground the designed 29 structures/improvements included in the Project Drawings. Construction staking 30 shall include staking easements and/or right of way if indicated on the plans. 31 4, Survey"Field Checks"—Measurements made after construction staking is 32 completed and before construction work begins to ensure that structures marked on 33 the ground are accurately located per Project Drawings. 34 B. Technical References 35 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 36 websitc)—01 71 23.16.01—Attachment A_Survey Staking Standards 37 2. City of Fort Worth Standard Survey Data Collector Library(fxl)files(available 38 on City's Buzzsaw website). 39 3. Texas Department of Transportation(TxDOT) Survey Manual,latest revision 40 4. Texas ,Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 41 Surveying in the State of Texas, Category 5 42 43 1.4 ADMINISTRATIVE REQ MEMENTS 44 A. The Contractor's selection of a surveyor must comply with Texas Government 45 Code 2254(qualifications based selection)for this project. CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised February 14,2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1.5 SUBMITTALS 2 A. Submittals, if required, shall be in accordance with Section 0133 00. 3 B. All submittals shall be received and reviewed by the City prior to delivery of work. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 5 A. Field Quality Control Submittals 6 1. Documentation verifying accuracy of field engineering work, including coordinate 7 conversions if plans do not indicate grid or ground coordinates. 8 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 9 (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). ID 1.7 CLOSEOUT SUBMITTALS 11 B.As-built Redline Drawing Submittal 12 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 13 constructed improvements signed and sealed by Registered Professional Land 14 Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01—Attachment A 15 —Survey Staling Standards) . 16 2. Contractor shall submit the proposed as-built and completed redline drawing 17 submittal one(1)week prior to scheduling the project final inspection for City 18 review and comment.Revisions, if necessary,shall be made to the as-built redline 19 drawings and resubmitted to the City prior to scheduling the construction final 20 inspection. 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 22 19 QUALITY ASSURANCE 23 A. Construction Staking 24 1. Construction staking will be performed by the Contractor. 25 2. Coordination 26 a. Contact City's Project Representative at least one week in advance notifying 27 the City of when Construction Staking is scheduled. 28 b. It is the Contractor's responsibility to coordinate staking such that 29 construction activities are not delayed or negatively impacted. 30 3. General 31 a. Contractor is responsible for preserving and maintaining stakes. If City 32 surveyors are required to re-stake for any reason,the Contractor will be 33 responsible for costs to perform staking.If in the opinion of the City,a 34 sufficient number of stakes or markings have been lost,destroyed disturbed or 35 omitted that the contracted Work cannot take place then the Contractor will be 36 required to stake or re-stake the deficient areas. 37 B. Construction Survey 38 1. Construction Survey will be performed by the Contractor. 39 2, Coordination 40 a. Contractor to verify that horizontal and vertical control data established in the 41 design survey and required for construction survey is available and in place. 42 3. General CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised February 14,2018 017L23-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 a. Construction survey will be performed in order to construct the work shown 2 on the Construction Drawings and specified in the Contract Documents. 3 b. For construction methods other than open cut,the Contractor shall perform 4 construction survey and verify control data including,but not limited to,the 5 following: 6 1) Verification that established benchmarks and control are accurate. 7 2) Use of Benchmarks to furnish and maintain all reference lines and grades 8 for tunneling. 9 3) Use of line and grades to establish the location of the pipe. 10 4) Submit to the City copies of field notesused to establish all lines and 11 grades,if requested, and allow the City to check guidance system setup prior 12 to beginning each tunneling drive. 13 5) Provide access for the City, if requested,to verify the guidance system and 14 the line and grade of the carrier pipe. 15 6) The Contractor remains fully responsible for the accuracy of the work and 16 correction of it, as required. 17 7) Monitor Iine and grade continuously during construction. 18 8) Record deviation with respect to design line and grade once at each pipe 19 joint and submit daily records to the City. 20 9) If the installation does not meet the specified tolerances(as outlined in 21 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 22 the installation in accordance with the Contract Documents. 23 C. As-Built,Survey 24 1, Required As-Built Survey will be performed by the Contractor. 25 2. Coordination 26 a. Contractor is to coordinate with City to confirm which features require as- 27 built surveying. 28 b. It is the Contractor's responsibility to coordinate the as-built survey and 29 required measurements for items that are to be buried such that construction 30 activities are not delayed or negatively impacted. 31 c. For sewer mains and water mains 12"and under in diameter, it is acceptable 32 to physically measure depth and mark the location during the progress of 33 construction and take as-built survey after the facility has been buried. The 34 Contractor is responsible for the quality control needed to ensure accuracy. 35 3, General 36 a. The Contractor shall provide as-built survey including the elevation and 37 location(and provide written documentation to the City) of construction 38 features during the progress of the construction including the following: 39 1) Water Lines 40 a) Top of pipe elevations and coordinates for waterlines at the following 41 locations: 42 (1) Minimum every 25O linear feet,including 43 (2) Horizontal and vertical points of inflection, curvature, 44 etc. 45 (3) Fire line tee 46 (4) Plugs,stub-outs, dead-end lines 47 (5) Casing pipe(each end)and all buried fittings 48 2) Sanitary Sewer CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 j Revised February 14,2018 017123-5 C0NSTRUC`r1ON STAKING AND SURVEY page5of8 1 a) Top of pipe elevations and coordinates for force mains and siphon 2 sanitary sewer lines(non-gravity facilities)at the following locations: 3 (1) Minitnum every 250 linear feet and any buried fittings 4 (2) Horizontal and vertical points of inflection, curvature, 5 etc. 6 3) Stormwater--Not Applicable 7 b. The Contractor shall provide as-built survey including the elevation and 8 location(and provide written documentation to the City)of construction 9 features after the construction is completed including the following 10 1) Manholes 11 a) Rim and flowline elevations and coordinates for each manhole 12 2) Water Lines 13 a) Cathodic protection test stations 14 b) Sampling stations 15 c) Meter boxes/vaults(All sizes) 16 d) Fire hydrants 17 e) Valves(gate,butterfly, etc,) 18 f) Air Release valves(Manhole rim and vent pipe) 19 g) Blow off valves(Manhole rim and valve lid) 20 h) Pressure plane valves 21 i) Underground Vaults 22 (1) Rim and flowline elevations and coordinates for each 23 Underground Vault. 24 3) Sanitary Sewer 25 a) Cleanouts 26 (1) Rim and flowline elevations and coordinates for each 27 b) Manholes and Junction Structures 28 (1) Rim and flowline elevations and coordinates for each 29 manhole and junction structure. 30 4) Stormwater--Not Applicable 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED) 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY 34 PART 2 _ PRODUCTS 35 A. A construction survey will produce,but will not be limited to: 36 1. Recovery of relevant control points,points of curvature and points of intersection. 37 2. Establish temporary horizontal and vertical control elevations(benchmarks) 38 sufficiently permanent and located in a manner to be used throughout construction. 39 3. The location of planned facilities,easements and improvements. 40 a. Establishing final line and grade stakes for piers,floors,grade beams,parking 41 areas,utilities, streets,highways,tunnels,and other construction. 42 b. A record of revisions or corrections noted in an orderly manner for reference. 43 c. A drawing,when required by the client, indicating the horizontal and vertical 44 location of facilities, easements and improvements,as built. CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 2 construction staking projects. These cut sheets shall be on the standard city template 3 which can be obtained from the Survey Superintendent(8 17-3 92-7925). 4 5. Digital survey files in the following formats shall be acceptable: 5 a. AutoCAD (.dwg) 6 b. ESRI Shapefile(.shp) 7 c. CSV file(.esv),formatted with X and Y coordinates in separate columns(use 8 standard templates,if available) 9 6. Survey files shall include vertical and horizontal data tied to original project 10 control and benchmarks, and shall include feature descriptions 11 PART 3- EXECUTION 12 3.1 INSTALLERS 13 A. Tolerances: 14 1. The staked location of any improvement or facility should be as accurate as 15 practical and neecssary,The degree of precision required is dependent on many 16 factors all of which must remain judgmental.The tolerances listed hereafter are 17 based on generalities and,under certain circumstances,shall yield to specific 18 requirements. The surveyor shall assess any situation by review of the overall plans 19 and through consultation with responsible parties as to the need for specific 20 tolerances. 21 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 22 tolerance.Horizontal alignment for earthwork and rough cut should not exceed 23 1.0 ft.tolerance. 24 b. Horizontal alignment on a structure shall be within.0.Ift tolerance. 25 c. Paving or concrete for streets,curbs,gutters,parking areas, drives, alleys and 26 walkways shall be located within the confines of the site boundaries and, 27 occasionally,along a boundary or any other restrictive line.Away from any 28 restrictive line,these facilities should be staked with an accuracy producing no 29 more than 0.05ft.tolerance from their specified locations. 30 d. Underground and overhead utilities,such as sewers,gas,water,telephone and 31 electric lines,shall be located horizontally within their prescribed areas or 32 easements.Within assigned areas,these utilities should be staked with an 33 accuracy producing no more than 0.1 ft tolerance from a specified.location. 34 e. The accuracy required for the vertical location of utilities varies widely.Many 35 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 36 should be maintained.Underground and overhead utilities on planned profile, 37 but not depending on gravity flow for performance, should not exceed 0.1 ft. 38 tolerance. 39 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 40 specifications or in compliance to standards. The City reserves the right to request a 41 calibration report at any time and recommends regular maintenance schedule be 42 performed by a certified technician every 6 months. 43 1. Field measurements of angles and distances shall be done in such fashion as to 44 satisfy the closures and tolerances expressed in Part ILA. CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised February 14,2018 01 7123-7 CONSTRUCTION STAKING AND SURVEY Page 7 oP 8 1 2. vertical locations shall be established from a pre-established benchmark and 2 checked by closing to a different bench mark on the same datum. 3 3. Construction survey field work shall correspond to the client's plans.Irregularities 4 or conflicts found shall be,reported promptly to the City. 5 4. Revisions,corrections and other pertinent data shall be logged for fixture reference. 6 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREI'_ARATION [NOT USED] 9 3.4 APPLICATION 10 3.5 REPAIR/RESTORATION 11 A. If the Contractor's work damages or destroys one or more of the control 12 monuments/points set by the City,the monuments shall be adequately referenced for 13 expedient restoration. 14 1, Notify City if any control data needs to be restored or replaced due to damage 15 caused during construction operations. 16 a. Contractor shall perform replacements and/or restorations. 17 b. The City may require at any time a survey"Field Check"of any monument 18 or benchmarks that are set be verified by the City surveyors before further 19 associated work can move forward. 20 3.6 RE-INSTALLATION[NOT USED] 21 3.7 FULD [oR] SITE QUALITY CONTROL 22 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 23 City in accordance with this Specification. This includes easements and right of way,if 24 noted on the plans. 25 B. Do not change or relocate stakes or control data without approval from the City. 26 3.8 SYSTEM STARTUP 27 A. Survey Checks 28 1. The City reserves the right to perform a Survey Check at any time deemed 29 necessary. 30 2. Checks by City personnel or 3'd party contracted surveyor are not intended to 31 relieve the contractor of his/her responsibility for accuracy. 32 2018 CIP Concrete Rwtotation Contract 3 CITY OF FORT WORTH 101587 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14,2018 01 7123-8 CONSTRUCTION STAKING AND SURVEY Pago 8 of 8 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 311 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION[NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTAC.EIlVIENTS [NOT USED] 7 END OF SECTION 8 Revision Log 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 13;modified 1.6;added 1.7 closeout submittal requirements;modified 19 Quality Assurance;added PART 2—PRODUCTS; Added 3A Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254,revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list ofitems requiring as-built survey"during"and "after"construction;and revised acceptable digital survey rile format 9 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN3'8 2018 CIP Concrete Restoration Contract 3 Revised Vehraaiy 14,201$ 101587 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 port 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 I--General Requirements 13 3. Section 32 92 13—Hydro-Mulching,Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. 'Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADNIINISTRATIVE 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.S SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANTORMATIONAL 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. 2018 CIP Concrete Restoration Conn-act 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM8NT5 101587 Revised July 1,2011 017423.2 CLEANING Page 2 of4 1 111 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 USE 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] 23 310 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 S. 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 TORT wORrli STANDARD CONSTRUCTION SPFCIFICATIONDOCUMENTS 2018 CCP Concrete Restoration Conlyziet 3 Revised July 1,2014 101587 OI7423-3 CLEANING Page 3 or 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. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors, 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3, Clean any interior areas including,but not limited to,vaults,manholes,structures, 42 junction boxes and inlets. CITY OF FORT WORTH 20I8 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 017423-4 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 sighs,lights,signals,etc. 4 3.11 CLOSEOUT ACTIPITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] G 3.13 MAINTENANCE f 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 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION➢OCUWNTS 101587 Revised duly 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page I of 3 ISECTION 01 7719 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 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 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,Iicenses 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 WORTIII 2018 CIP Concrete Resloration Conlracl 3 STANDARI]CONSTRUCTION SPECIFICATION DOCUIVMNTS 101587 Revised July 1,2011 017719-2 CLOSEOUT REQUMEMENTS 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 017423, 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. I8 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 CrrY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101597 Revised July 1,2011 017719-3 CLOSEOUT REQUIMMENTS 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 e. 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 B 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 I RESTORATION[NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD[ox] SITE QUALITY CONTROL[NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING[NOT USED] 22 3.10 CLEANING tNOT 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 OP FORT WORTH 2018 CIP Concrete Resloraion Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 efS 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 --General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USE, 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 PORT WORTH 2O18 CIP Concrele Resloiwllon Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Rovised December 20,2012 017823-2 OPERATION AND MAINTENANCE DATA Page 2 of 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide flyleaf 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 ofProject 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 i 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. Cr1 Y OF FORT WORTH 2018 CIP Concrete Resiora(ion Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 S. 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 to 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: is 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 2018 ClP Concrete Restoration Coniivel 3 STANDARD CONSTRTJCTION SPECIFICATION DOCUMRNTS 101587 Reviscd December 20,2012 01 78 23-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams B 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 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of S I 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USE, 3 1.12 WARRANTY [NOT USED] 4 PART 2•- PRODUCTS [NOT USED1 5 PART 3- EXECUTION[NOT USED] 6 END OF SECTION 7 Revision Log DATE. NAM33 SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A..1—title of section removed CITY OF FORT WORTF1 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2032 0I7839-1 PROJECT RECORD DOCUMENTS Page I of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- 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. barge 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 2O18 CIP Concrete Restorattott Cowract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,20I1 017939-2 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. I3 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 Io1R] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City,at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION[NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set,identify each of the Documents with the 35 title, "RECORD DOCUMENTS-JOB SET'. CITY OF FORT WORTII 2018 CIP COMI-ele Restoration Conti-act 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised Iuly 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of4 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 0 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. MY OF FORT WORTH 2018 CIP Concrete Resforaflon Contract 3 STANDARD coNsTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2• Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work,and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as 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 I3 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION[NOT USED] 16 3.7 FIELD [on] SITE QUALITY CONTROL[NOT USED] 17 3.9 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 [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 2018 C7P Concrete Restoration Conlract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised July 1,2011 3123 16-1 UNCLASSIFffiD EXCAVATION Page 1 of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed.Removal of materials 7 encountered to the lines,grades,and typical sections shown on the Drawings and 8 removal from site.Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. For this project, unclassified excavation 312316 shall be payable to remove 16 excess subgrade material where replaced concrete pavement thickness is greater 17 than 8-inches. 18 2. ' Unclassified excavation for the installation offlex base course will be considered 19 subsidiary-with no separate pay. 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 I--General Requirements 23 3. Section 3123 23 Borrow 24 4. Section 3124 00 Embankments 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment: Unclassified excavation shall be payable for the removal of 27 excess subgrade material where replaced concrete pavement thickness is greater than 28 8-inches. 29 1. Excavation by Plan Quantity 30 a. Measurement 31 1) Measurement for this Item shall be by the cubic yard in its final position 32 using the average end area method.Limits of measurement are shown on 33 the Drawings. 34 2) When measured by the cubic yard in its final position,this is a plans 35 quantity measurement Item.The quantity to be paid is the quantity shown 36 in the proposal,unless modified by Article 11.04 of the General 37 Conditions.Additional measurements or calculations will be made if 38 adjustments of quantities are required. 39 b. Payment CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCIJMENIS 101587 Revised January 28,2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per cubic yard of"Unclassified Excavation by Plan'. No 4 additional compensation will be allowed for rock or shrinkage/swell 5 factors,as these are the Contractor's responsibility. 6 c. The price bid shall include: 7 1) Excavation 8 2) Excavation Safety 9 3) Drying 10 4) Dust Control 11 5) Reworking or replacing the over excavated material in rock cuts 12 6) Hauling 13 7) Disposal of excess:material not used elsewhere onsite 14 8) Scarification 15 9) Clean-up 16 10) Unclassified excavation to place flexible base course 17 2. Excavation by Surveyed Quantity 18 a. Measurement 19 1) Measurement for this Item shall be by the cubic yard in its final position 20 calculated using the average end area or composite method, 21 a) The City will perform a reference survey once the Site has been cleared 22 to obtain existing ground conditions. 23 b) The City will perform a final post-construction survey. 24 c) The Contractor will be paid for the cubic yardage of Excavated material 25 calculated as the difference between the two surveys. 26- d) Partial payments will be based on estimated plan quantity 27 measurements calculated by the Engineer. 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 bid per cubic yard of"Unclassified Excavation by Survey". 32 c. The price bid shall include: 33 I) Excavation 34 2) Excavation Safety 35 3) Drying 36 4) Dust Control ! 37 5) Reworking or replacing the over excavated material in rock cuts 38 6) Hauling 39 7) Disposal of excess material not used elsewhere onsite 40 8) Scarification 41 9) Clean-up 42 1.3 REFERENCES rNOT USED] 43 A. Definitions 44 1. Unclassified Excavation—Without regard to materials,all excavations shall be 45 considered unclassified and shall include all materials excavated. Any reference to 46 Rock or other materials on the Drawings or in the specifications is solely for the 47 City and the Contractor's information and is not to be taken as a classification of 48 the excavation. if CITY OF FORT WORTH 20M CIP Concrete Restoration Conn-act 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Rovised January 28,2013 I I 3123 16--3 UNCLASSIFIED EXCAVAMON Page 3 of 5 i 1.4 ADMMSTRATIVE REQUIREMENTS 2 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 3 01. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSA NFORMATIONAL SUBMITTALS [NOT USE, 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Excavation Safety 10 1. The Contractor shall be solely responsible for making all excavations in a safe 11 manner. 12 2. All excavation and related sheeting and bracing shall comply with the requirements 13 of OSHA.excavation safety standards 29 CFR part 1926 and state requirements. 14 110 DELIVERY, STORAGE,AND HANDLING 15 A. Storage 16 1. Within Existing Rights-of-Way(ROW) 17 a. Soil may be stored within existing ROW,easements-or temporary construction 18 casements,unless specifically disallowed in the Contract Documents. 19 b. Do not block drainage ways,inlets or driveways. 20 c. Provide erosion control in accordance with Section 3125 00. 21 d. When the Work is performed in active traffic areas,store materials only in 22 areas barricaded as provided in the traffic control plans. 23 e. In non-paved areas,do not store material on the root zone of any trees or in 24 landscaped areas. 25 2. Designated Storage Areas 26 a. If the Contract Documents do not allow the storage of spoils within the ROW, 27 casement or temporary construction easement,then secure and maintain an 28 adequate storage location. 29 b. Provide an affidavit that rights have been secured to store the materials on 30 private property. 31 c. Provide erosion control in accordance with Section 3125 00. 32 d. Do not block drainage ways. 33 1.11 FIELD CONDITIONS 34 A. Existing Conditions 35 1. Any data which has been or may be provided on subsurface conditions is not 36 intended as a representation or warranty of accuracy or continuity between soils.It 37 is expressly understood that neither the City nor the Engineer will be responsible 38 for interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. C17Y OF FORT WORTH 201 S CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised January 28,2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY[NOT USED] 2 PART 2- PRODUCTS[NOT USED] 3 21 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In-situ soils classified as ML,MII,PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3- EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION[NOT USED] 12 3.3 PREPARATION[NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local,state, and federal regulations at Iocations. 16 B. Excavations shall be performed in the dry,and kept free from water,snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials,remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 2t proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City, 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings,use approved embankment material compacted in 30 accordance with Section 31 24 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF PORT WORTII 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised January 28,2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings,use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR[NOT USED] 7 3.6 RE-INSTALLATION[NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation,Contractor provides fill material approved by the City 12 at no expense to the City. I3 3.8 SYSTEM STARTUP[NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSE OUTA(:irV1TIES [NOT rSF;n) 17 3.12 PROTECTION[NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS[NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Slue Text added for clarification 1J28/13 D.Johnson 1.2-"Modified Sid Item names in payment section to difFerentiate between Payment Methods on bid list. 21 CITY OF FORT WORTH 2018 CIP Concrete Restoradon Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMES 101587 NT Reviscd January 28,2013 321123-1 FLEXIBLE BASE COURSES Page I of 7 I SECTION 32 1123 2 FLEXIBLE BASE COURSES 3 PART1 - GENERAL 4 LI SUIVIMARy 5 A- Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in eonforinity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. -For this project, Flexible Base Courses Section 321123 shall be measured by the 10 cubic yard of completed quantity. 11 2. Unclassified excavation and hauling required to place flexible base course shall be 12 considered subsidiary, no separate pay. 13 C. Related Specification Sections include,'but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 15 Contract 16 2. Division 1—General Requirements 17 L2 PRIC-C AND PAY I:NT PROCEDURES 18 A. Measurement and Payment 19 1. Measurement 20 a. Measurement for this Item will be by the cubic yard of Flexible Base Course 21 for various: 22 1) Depths 23 2) Types 24 3) Gradations 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item and 27 measured as provided under"Measurement"will be paid for at the unit price 28 bid per cubic yard of FIexible Base Course. 29 3. The price bid shall include: 30 a. Preparation and correction of subgrade 31 b. Furnishing of material 32 c. Hauling 33 d. Blading 34 e. Sprinkling 35 f. Compacting 36 g. Unclassified excavation and hauling required to place flexible base course 37 1.3 REFERENCES 38 A. Definitions 39 1. RAP—Recycled Asphalt Pavement. 40 B. Reference Standards CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Co»crete Itestoratioar C611tract 3 Revised December 20,2012 101587 32I123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 1, Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification,unless a date is specifically cited. 4 2. ASTM International(ASTM): 5 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 6 Soil Using Standard Effort(12 400 ft-lbf/fl3 (600 kN-m/m3)) 7 3. Texas Department of Transportation(TYDOT): 8 a. Tex-104-E,Determining Liquid Limits of Soils 9 b. Tex-106-E, Calculating the Plasticity Index of Soils 10 c. Tex-107-E,Determining the Bar Linear Shrinkage of Soils 11 d. Tex-1 l0-E,Particle Size Analysis of Sails 12 e. Tex 116-E,Ball Mill Method for Determining the Disintegration of Flexible 13 Base Material 14 f. Tex-117-E,Triaxial Compression for Disturbed Soils and Base Materials 15 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 16 Sulfate 17 h. Tex-413 A,Determining Deleterious Material in Mineral Aggregate 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 ACTION SUBMITTALS [NOT USED] 20" 1.6 ACTION SUBMITTALS/INTORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 110 DEEWERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 2.1 OWNER FURNISEED PRODUCTS [NOT USED] 29 2.2 MATERIALS 30 A. General 31 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 32 the Drawings and specifications. 33 2. Obtain materials from approved sources. 34 3. Notify City of changes to material sources. 35 4. The City may sample and test project materials at any time before compaction 36 throughout the duration of the project to assure specification compliance. 37 B. Aggregate 38 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 39 the requirements of Table 1. CITY OF FORT WORTH 2O18 C1P Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATMN DOCUMENTS 101587 Revised December 20,2012 32 1123-3 FLSXIBLF BASE COURSES Page 3 of 7 1 2. Each source must meet Table 1 requirements for liquid limit,plasticity index,and 2 wet ball mill for the grade specified. 3 3. Do not use additives such as but not limited to lime,cement, or fly ash to modify 4 aggregates to meet the requirements of Table 1,unless shown on the Drawings. 5 6 Table 1 7 Material Re uiremenfs Property Test Method Grade 1 Grade 2 Master gradation sieve size(%retained) 2-1/2 in — 0 1-3/4 in. 0 0-10 7/8in. Tex-110-E 10-35 — 3/8 in. 30-50 -- No.4 45-65 45-75 No.40 70-85 60-85 Liquid limit,%max.' Tex-104-E 35 40 -P!2Lficity index,max.` Tcx-106-E 10 12 Wet ball mill,%max.' 40 45 Wet ball mill,%max. Tex-116-F increase passing the 20 20 No.40 sieve Classification' 1.0 1.1-2.3 Min•compressive strength',psi Tex-117-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1.Determine plastic index in accordance with Tex-107-E(linear shrinkage)when liquid limit is unattainable as defined in Tex-104-E_ 2.When a soundness value is required by the Drawings,test material in accordance with Tex-411-A. 3.Meet both the classification and the minimum compressive strength,unless otherwise shown on the Drawings. 9 4. Material Tolerances 10 a. The City may accept material if no more than 1 of the 5 most recent gradation I tests has an individual sieve outside the specified limits of the gradation. 12 b. When target grading is required by the Drawings,no single failing test may 13 exceed the master grading by more than 5 percentage points on sieves No.4 14 and larger or 3 percentage points on sieves smaller than No. 4. 15 c. The City may accept material if no more than I of the 5 most recent plasticity 16 index tests is outside the specified limit.No single failing test may exceed the 17 allowable limit by more than 2 points. 18 5. Material Types 19 a. Do not use fillers or binders unless approved. 20 b. Furnish the type specified on the Drawings in accordance with the following; 21 1) Type A 22 a) Crushed stone produced and graded from oversize quarried aggregate 23 that originates from a single,naturally occurring source. 24 b) Do not use gravel or multiple sources. 25 2) Type B 26 a) Only for use as base material for temporary pavement repairs. 27 b) Do not exceed 20 percent RAP by weight unless shown on.Drawings. 28 3) Type D CITY OF FORT WOR"tH 20J8 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 32I123-4 FLEXIBLE,BASE COURSES Page 4 of 7 1 a) Type A material or crushed concrete. 2 b) Crushed concrete containing gravel will be considered Type D 3 material. 4 c) The City may require separate dedicated stockpiles in order to verify 5 compliance. 6 d) Crushed concrete must meet the following requirements: 7 (1) Table 1 for the grade specified. 8 (2) Recycled materials must be free from reinforcing steel and other 9 objectionable material and have at most 1.5 percent deleterious 10 material when tested in accordance with TEX-413--A. 11 C. Water 12 1. Furnish water free of industrial wastes and other objectionable matter. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3- EXECUTION 16 3.1 INSTALLERS [NOT USE, 17 3.2 EXAAUNATION[NOT USED] 18 3.3 PREPARATION 19 A. General 20 1. Shape the subgrade or existing base to conform to the typical sections shown on the 21 Drawings or as directed. 22 2. When new base is required to be mixed with existing base: 23 a. Deliver,place, and spread the new flexible base in the required amount. 24 b. Manipulate and thoroughly mix the new base with existing material to provide 25 a uniform mixture to the specified depth before shaping. 26 B. Subgrade Compaction 27 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 28 following: 29 a. Proof Rolling 30 1) City Project Representative must be on-site during proof rolling operations. 31 2) Use equipment that will apply sufficient load to identify soft spots that rut 32 or primp. 33 a) Acceptable equipment includes fully loaded single-axle water truck 34 with a 1500 gallon capacity. 35 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 36 4) Offset each trip by at most 1 tire width. 37 5) If an unstable or non-uniform area is found,correct the area. 38 b. Correct 39 1) Soft spots that rut or pump greater than 3/4 inch 40 2) Areas that are unstable or non-uniform 41 2. Installation of base material cannot proceed until compacted subgrade approved by 42 the City. CITY OF FORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 3.4 INSTALLATION 2 A. General 3 1. Construct each layer uniformly, free of loose or segregated areas,and with the 4 required density and moisture content, 5 2. Provide a smooth surface that conforms to the typical sections,lines, and grades 6 shown on the Drawings or as directed. 7 3. Haul approved flexible base in clean,covered trucks. 8 B. Equipment 9 1. General 10 a. Provide machinery,tools, and equipment necessary for proper execution of the 11 work. 12 2. Rollers 13 a. The Contractor may use any type of roller to meet the production rates and 14 quality requirements of the Contract unless otherwise shown on the Drawings 15 or directed. 16 b. When specific types of equipment are required,use equipment that meets the 17 specified requirements. 18 c. Alternate Equipment. 19 1) Instead of the specified equipment,the Contractor may, as approved, 20 operate other compaction equipment that produces equivalent results. 21 2) Discontinue the use of the alternate equipment and furnish the specified 22 equipment if the desired results are not achieved. 23 d. City may require Contractor to substitute equipment if production rate and 24 quality requirements of the Contract are not met. 25 C. Placing 26 1. Spread and shape flexible base into a uniform layer by approved means the same 27 day as delivered unless otherwise approved. 28 2. Place material such that it is mixed to minimize segregation. 29 3. Construct layers to the thickness shown on the Drawings,while maintaining the 30 shape of the course. 31 4. Where subbase or base course exceeds 6 inches in thickness,construct in 2 or more 32 courses of equal thickness. 33 5. Minimum lift depth: 3 inches 34 6. Control dust by sprinkling. 35 7. Correct or replace segregated areas as directed. 36 8. Place successive base courses and finish courses using the same construction 37 methods required for the first course. 38 D. Compaction 39 1. General 40 a. Compact using density control unless otherwise shown on the Drawings. 41 b. Multiple lifts are permitted when shown on the Drawings or approved. 42 c. Bring each layer to the moisture content directed.When necessary,sprinkle the 43 material to the extent necessary to provide not less than the required density. 44 d. Compact the full depth of the subbase or base to the extent necessary to remain 45 firm and stable under construction equipment. CITY OF FORT WORTH 2018 CIP Concrele.Resloralion Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 321123-6 FLEXIBLE BAST'COURSES Page 6 of 7 1 2. Rolling 2 a. Begin rolling longitudinally at the sides and proceed towards the center, 3 overlapping on successive trips by at Ieast 1/2 the width of the roller unit. 4 b. On superelevatcd curves,begin rolling at the low side and progress toward the 5 high side. 6 c. Offset alternate trips of the roller. 7 d. Operate rollers at a speed between 2 and 6 mph as directed. 8 e. Rework,recompact, and refinish material that fails to meet or that loses 9 required moisture,density, stability,or finish before the next course is placed or 10 the project is accepted. 11 f. Continue work until specification requirements are met. 12 g. Proof roll the compacted flexible base in accordance with the following: 13 1) Proof Rolling 14 a) City Project Representative must be on-site during proof rolling 15 operations. 16 b) Use equipment that will apply sufficient load to identify soft spots that 17 rut or pump. 18 (1) Acceptable equipment includes fully loaded single-axle water truck 19 with a 1500 gallon capacity. 20 c) Make at least 2 passes with the proof roller(down and back= 1 pass). 21 d) Offset each trip by at most 1 tire width. 22 e) If an unstable or non-uniform area is found,correct the area. 23 2) Correct 24 a) Soft spots that rut or pump greater than 3/4 inch. 25 b) Areas that are unstable or non-uniform. 26 3. Tolerances 27 a. Maintain the shape of the course by blading. 28 b. Completed surface shall be smooth and in conformity with the typical sections 29 shown on the Drawings to the established lines and grades_ 30 e. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 31 inch in cross section in length greater than 16 feet measured longitudinally by 32 loosening, adding or removing material. Reshape and recompact by sprinkling 33 and rolling. 34 d. Correct all fractures, settlement or segregation immediately by scarifying the 35 areas affected, adding suitable material as required. Reshape and recompact by 36 sprinkling and rolling. 37 e. Should the subbase or base course, due to any reason, lose the required 38 stability, density and finish before the surfacing is complete,it shall be 39 recompacted at the sole expense of the Contractor. 40 4. Density Control 41 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 42 b. Moisture content. minus 2 to plus 4 of optimum. 43 E. Finishing 44 1. After completing compaction, clip, skin,or tight-blade the surface with a 45 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 46 2. Remove loosened material and dispose of it at an approved location. 47 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 48 tire roller until a smooth surface is attained. CITY OF FORT WORTH 2O18 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 321I23-7 FLEMBLE BASE COURSES Page 7 of 7 1 4. Add small increments of water as needed during rolling. 2 5. Shape and maintain the course and surface in conformity with the typical sections, 3 lines,and grades as shown on the Drawings or as directed. 4 6. In areas where surfacing is to be placed,correct grade deviations greater than 114 5 inch in 16 feet measured longitudinally or greater than 114 inch over the entire b width of the cross-section. 7 7. Correct by loosening, adding, or removing material. 8 8. Reshape and recompact in accordance with 3A.C. 9 3.5 REPAIR/RESTORATION[NOT USED] 10 3.6 RE-INSTALLATION[NOT USED] 11 3.7 QUALITY CONTROL 12 A. Density Test 13 1. City to measure density of flexible base course. 14 a. Notify City Project Representative when flexible base ready for density testing. 15 b. Spacing directed by City(1 per block minimum). 16 c. City Project Representative determines location of density testing. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USE, 19 3.10 CLEANING [NOT USED] 2© 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 312 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 2018 C1P Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCU1VENrS 101587 Remised December 20,2012 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 5 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing far concrete pavement and curbs. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. For this project Concrete Paving Joint Sealants Section 32 13 73 shall be payable 9 for sealing courtesyjoint on existingpavement only. Sealingjoints on replaced 10 concrete paving shall be considered subsidiary to Concrete Paving Section 3213 11 13. r 12 2. Sawing, cleaning and applying joint sealants upon placing of bond backer rod and 13 breaker tape shall be subsidiary to joint sealants. 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 3. Section 32 13 13 -Concrete Paving 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measurement for this Item shall be.by the linear foot of Joint Sealant completed 22 and accepted only for courtesy joint on existing pavement. 23 2, Payment 24 3. The work performed and materials furnished in accordance with this Item will be 25 paid for at the unitprice bid per linear foot of joint sealant"completed. 26 Subsidiary work and materials include: 27 a. Sawing joints 28 b. Cleaning joints 29 a Appling joint sealants upon placing of bond breaker rod and breaker tape 30 d. Furnishing and installing all materials 31 e. All manipulations, labor, equipment, appliances, tools, and incidentals 32 necessary to complete the work. 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard published at the time of the latest revision date logged at the end of this 37 Specification,unless a date is specifically cited. 38 2. ASTM International(ASTM): CITY OF PORT WORTH 2018 CIP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 32 13 73-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 5 1 a. D5893, Standard Specification for Cold Applied,Single Component, 2 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 3 Pavements 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 ACTION SUBMITTALS [NOT USED] 6 1.6 ACTION SUBMITTALSAMORMATIONAL SUBMITTALS 7 A. Test and Evaluation Reports 8 1. Prior to installation,furnish certification by an independent testing laboratory that 9 the silicone joint sealant meets the requirements of this Section. 10 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 11 has a minimum 2-year demonstrated,doew-rented successful field performance 12 with concrete pavement silicone joint sealant systems. 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 RANDLING[NOT USED] 17 1.11 FIELD CONDITIONS 18 A. Do not apply joint sealant when the air and pavement temperature is less than 35 19 degrees F 20 B. Concrete surface must be clean.,dry and frost free. 21 C. Do not place sealant in an expansion-type joint if surface temperature is below 35 22 degrees F or above 90 degrees F. 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER FURNISBED PRODUCTS [NOT USED] 26 2.2 MATERIALS&EQUIPMENT 27 A. Materials 28 1. Joint Sealant:ASTM D5893. 29 2. Joint Filler,Backer Rod and Breaker Tape 30 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 31 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 32 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 33 the joint sealant from flowing to the bottom of the joint. 34 c. The backer rod and breaker tape shall be compatible with the silicone joint 35 sealant and no bond or reaction shall occur between them. 36 2.3 ACCESSORIES [NOT USED] CITY OF,FORT WORTH 2618 CIP Concrete Restoration Contract 3 STANDARD CONSTRICTION SPECIFICATION DOCUMF-NTS 101587 Revised December 20,2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 5 1 2A SOURCE QUALITY CONTROL[NOT USED] 2 PART 3 - EXECUTION 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXANIINATION[NOT USED1 5 3.3 PREPARATION[NOT USED] 6 3.4 INSTALLATION 7 A. General 8 1. The silicone sealant shall be cold applied. 9 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 10 prior to scaling joints. 11 3. Perform joint reservoir saw cutting, cleaning,bond breaker installation, and joint 12 sealant placement in a continuous sequence of operations. 13 4. See Drawings for the various joint details with their respective dimensions. 14 B. Equipment 15 1. Provide all necessary equipment and keep equipment in a satisfactory working 16 condition. 17 2. Equipment shall be inspected by the City prior to the beginning of the work. 18 3. The minimum requirements for construction equipment shall be as follows: 19 a. Concrete Saw. The sawing equipment shall be-adequate in size and power to 20 complete the joint sawing to the required dimensions. 21 b. Air Compressors. The delivered compressed air shall have a pressure in excess 22 of 90 psi and shall be suitable for the removal of all free water and oil from the 23 compressed air. 24 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 25 of sealant to the joint. 26 d. Inj ection Tool. This mechanical device shall apply the sealant uniformly into 27 the joint. 28 e. Sandblaster. The design shall be for commercial use with air compressors as 29 specified in this Section. 30 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 31 free of contamination. They shall be compatible withthe joint depth and width 32 requirements. 33 C. Sawing Joints: see Section 32 13 13. 34 D. Cleaning joints 35 1. Dry saw in I direction with reverse cutting blade then sand blast. 36 2. Use compressed air to remove the resulting dust from the joint. 37 3. Sandblast joints after complete drying. 38 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 39 directed at an angle of 45 degrees and at a distance of I to 2 inches from the 40 face of the joint. 41 b. Sandblast both joint faces sandblasted in separate, I directional passes. CITY OF FORT WORTH 2018 C1P Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 10I587 Revised December 20,2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 5 1 c. When sandblasting is complete,blow-out using compressed air. 2 d. The blow tube shall fit into the joints. 3 4. Check the blown joint for residual dust or other contamination. 4 a, If any dust or contamination is found,repeat sandblasting and blowing until the 5 joint is cleaned. 6 b. Do not use solvents to remove stains and contamination. 7 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 8 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 9 the joint sealant. 10 7. Do not leave open, cleaned joints unsealed overnight. 11 E. Joint Sealant 12 1. Apply the joint sealant upon placement of the bond breaker rod and tape,using the 13 mechanical injection tool. 14 2. Do not seal joints unless they are clean and dry. 15 3. Remove and discard excess sealant left on the pavement surface. 16 a. Do not excess use to seal the joints. 17 4. The pavement surface shall present a clean final condition as determined by City. 18 5. Do not allow traffic on the fresh sealant until it becomes tack-free. 19 F. Approval of Joints 20 1. The-City may request a representative of the sealant manufacturer to be present at 21 the job site at the beginning of the final cleaning and scaling of joints. 22 a. The representative shall demonstrate to the Contractor and the City the 23 acceptable method for sealant installation. 24 b. The representative shall approve the clean, dry joints before the sealing 25 operation commences. 26 3.5 REPAMIRESTORATION[NOT USED] 27 3.6 RE-INSTALLATION[NOT USE, 28 3.7 FIELD QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING[NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION[NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 314 ATTACHMENTS [NOT USED] 36 END OF SECTION 37 CITY Or FORT WORTH 2O18 CIP Concrete Restoratlon Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised Dcoember 20,2012 321373-5 CONCRETE PAVING JOINT SEALANTS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE I CITY OF FORT WORTH 2018 UP Concrete Restoration Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101587 Revised December 20,2012 SECTION-35 SPECUL SPECIFICATION Geogrid,Tensar TxiAX140-475 1. Description:Furnish and place geogrid in accordance with the lines and grades shown on the plans or as directed. 2, Materials:Geogrid,a synthetic planar structure formed by a regular network of integrally connected polymeric tensile elements with triangular apertures designed to interlock with the surrounding fill material.Geogrid is used for the reinforcement of roadway base or embankment materials.Furnish geogrid that meets the requirements of Table 1.Use roll widths and lengths shown on the plans or as approved.Deliver each roll of geogrid in suitable packaging to protect it from environmental degradation,each roll will be one continuous piece without discontinuities in the ribs.The Engineer will obtain at least one(1)sample of the geogrid per project for testing,as needed,to verify compliance with Table 1. Table 1 Geogrid Requirements TX140 Index Properties Longitudinal Diagonal Transverse General Rib pitch,mm(in) 40(1,60) 40(1..60) - Mid-rib depth,mm(in) - 1.2(0.05) 1.2(0.05) Mid-rib width,mm(in) - 1.1(0.04) 1.1 (0.04) Nodal thickness,mm(in) 3.1(0.12) Rib shape rectangular Aperture shape triangular Rib Aspect Ratio(depth:width) >1.0 Structural Integrity function efficiency,VY% 93 Aperture stabihty,tzt kg-cm/deg @ 5.0kg-cm 3.0 Radial stiffness at low strain;3) kN/m @ 0.5010 strain 225 Radial stiffness at low strain,W (lb/ft @ 0,5%strain) 15,430 Durability Resistance to chemical degradation(4 100% Resistance to ultra-violet light and 100% weatheringo) Notes: 1. Load transfer capability determined in accordance.with GRI--GG2-87 and GRT-GG1-87 and expressed as a percentage of ultimate tensile strength. 1 2. In plane torsional rigidity measured by applying a moment to the central junction of a 225nun x 225mm specimen restrained at its perimeter in accordance with U.S.Army Corps of Engineers Methodology for Measurement of Torsional Rigidity,(Kinney,T.C.Aperture stability Modulus ref 3,3-1-2000). 3. Radial stiffness is determined from tensile stiffness measured in any in-plane axis from testing in accordance with the scope of ISO 10319:1996. 4. Resistance to loss of load capacity when subjected to chemically aggressive environments in accordance with testing to IS012960 as part of a durability assessment in accordance with IS013434:1999 7.3 5. Resistance to loss of load capacity when subjected to ultra-violet light and weathering in accordance with testing to EN12224 as part of a durability assessment in accordance with IS013434:1999 7.2 6. All dimensions and values are typical unless otherwise stated. 3. identification:Identify each roll with a tag or label securely affixed to the outside of the roll on one end.list the following information on the label: • unique roll number,serially designated; • lot number or control number; • name of producer; • style or catalog designation of product;and • roll width and length. 4. Construction:Prepare the subgrade as indicated on the plans or as directed.Set string lines for alignment,if directed.Install geogrid in accordance with lines and grades as shown on the plans or as directed.Place base material in lift thicknesses and compact as shown on the plans or as directed.Do not operate tracked construction equipment on the geogrid without a minimiam fill cover of six(6)inches.Rubber tire construction equipment may operate directly on the geogrid at speeds less than five(5)mph if the underlying material supports the loads.Where excessive substructure deformation is apparent,correct the grid placement operations as recommended by the manufacturers or as directed. A. Placement: Orient the geogrid length as unrolled parallel to the direction of roadway. Overlap geogrid sections as shown on the plans or as directed.Use plastic ties at overlap joints or as directed.Placement of geogrid around corners may require cutting and diagonal lapping.Pin geogrid at the beginning of the backfiIl section as directed.Keep geogrid taut at the beginning of the backfilling section but not restrained from stretching or flattening. 7. Longitudinal Joints:Overlap longitudinal joints by a minimum of I ft.Space longitudinal ties 10 ft.to 15 ft.or as directed. 2. Transverse Joints: Overlap transverse joints by a minimum of 1 ft.Space transverse ties 4 ft.to 5 ft.or as directed. B. Damage Repair:As directed,remove and replace contractor damaged or excessively deformed areal without additional compensation.Lap repair areas a minimum of 3 ft.in all directions.Tie each side of repair grid in at least three(3)locations but do not exceed normal construction spacing;tie spacing for odd shapes will be as directed.Repair excessively deformed materials underlying the grid as directed. 5. Measurement:Geogrid will be measured by the square yard of roadway placement as shown in the plans with no allowance for overlapping at transverse and longitudinal joints. 2 h, Payment:The work perfortned and materials furnished in accordance,with this item,as measured, will be paid for at the unit price bid for"Geogrid,Tensar TriAX140-475".This price is full compensation for furnishing,preparing,hauling and placing materials including labor,materials, freight,tools,equipment and incidentals. 3 APPENDICES GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK ATTACHMENT IA Page 1 of 4 F-oR;r oRTH City of Fort Worih Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Omega Contracting Inc. offerer PROJECT NAME: MiW/DBErl NON-MNVIDBE 2018 C f P Concrete Restoration Contract 3 BID DATE February 21,2019 City's MBE Project Coal: Offeror's MBE Project Commitment: PROJECT NUMBER 9 Rio (o ,,Z Rio 101587 Identify all subcontractors/suppliers you will use on this project Failure to complete this forria, In its entirety with requested documentaborl, and received by the Purchasing Division no later than - p_m. on the second City business day after laid opening, exclusive~of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with they ♦VIBE flem(s) listed in this utilization r>chedoie. conditioned upon execution of a contract with the City of Fort Worth. The intentional andlor knowing Irnisrepre5entation of facts is grounds far cvlisideration of disqualification and will fesult in the bid being considefed non-responsive to bid specftica#ions_ MBEs-lister!-toward-meeting the-project goal must be-located in the six (6) county marketplace at the time of bid or they business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson,,Parker,,and Wise counties. Prime contractofs must idetltify by fier level of all subcontractorslsuppliers. Tier; means the loved of subcontracting below the primes con trartorlconsultant i.e. a direct payment from the prime wntrac'tor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier Is considered 2`1 tier. The primes contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal_ ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. 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 the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be glven credit as long as the MBE listed owns and operates at least; one fully llcensed and operational trick to be used on the contract. The MBE may lease trucks from another MEE firm, including 14113E owner-operated. and receive full iVIBE credit. The MBE inay lease trucks from non-MBEs, Including owner-operated, but will only receive credit for the fees and commissions earned by the BABE as outlined in the lease ag reernent_ Rev.2110115 FoRTWWRTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minarity and non-MBF-, 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 " Detail Detail Address ; M W Subcontracting Supplies Dollar Amount Telephone/Fax r B B Work Purchased Email E E Contact Person GJ Seeding LLC Block Sod and 1080 S Burleson Blvd. Topsoil $84,650.00 Burleson, TX 76028 El817-426-8284 gjseeding@gmail.com G&G Saw and Seal Concrete $21,310.00 4008 Forest Lawn Dr. Sawing and Balch Springs, TX 75180 ® Sealing Ignacio Garcia Jr. gngsawnseal@live.com From MBE List Provided: _.Traffic_.B.arricad.es. ._____.___________.__ Eagle Barricade, LLC and Signs and $53,350.00 2029 Mckenzie Drive, Suite#100 ❑ Message Board Carrollton,TX 75006 214-644-2444 Terry Lacy tlacy@eaglebarricade.com DENALI SERVICES& Hauling andConcreteTRANSPORT, L.L.C. 3160 Common Wealth Dr. ❑ Removal $57,980.00 Dallas,TX 75247 469-219-9089 Ron Kisena ronaid.kisena@denaliservices.com DENALI SERVICES& Flexbase TRANSPORT, L.L.C. 3160 Common Wealth Dr. $3$,700.00 Dallas, TX 75247 ❑ 469-219-9089 Ron Kisena ronald.kisena@denaliservices.co m Cowtown Redimix Concrete $510,000.00 P.0 Box 162327 Redimix Fart Worth, TX 76161 1-1Archie White Awhite@cowtown.us Rev.2110/15 FoRTWORTH ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority 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/Fax ' B B Work Purchased Email E E Contact Person E Barnsco Supply Construction and 5000 Blue Mound Rd. concrete supplies $85,000.00 Fort Worth, TX 76106 ❑ ❑ & Geo Grid 817-740-2400 Terry Hogan thogan@barnsco.com Cross Roads LP Stripping and $6,647.50 5012 David Strickland Rd Traffic Markers Fort Worth, TX 76119 ❑ ❑ ✓ on Road 817-634-0044 Aaron Teeter ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Rev.2110/15 F70RT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Z 5"T Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ / O TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 18 -r7 �6 'E HJ 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 ChangelAddritron forrrr. 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 explanatlan of how the requested change/addltivn or deletion wlll affect the committed MBE goal. If the detail explanation is not sc+bmitted, It will affect the i lnai com pliaTice 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-krtowing_misr_epresentatior>-of-facts-will_be-grounds-for-terminating the_contr_act 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. �. Autho�jz� gn ure Printed Sig ature � /w 4TI Same as Above Are"- Title Contact Name/Title(if different) Omega Contracting Inc. 214-689-3815 Company Name Telephone and/or Fax 2518 Chalk Hill Rd Markr@azteca-omega.com Address E-mail Address Dallas, Texas 75212 citylstatelzip Date Rev.2110l15 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of tihe contract-is$50;000 or more,,theri a'MBF subcontracting goal Js.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 9 %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 submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MEE goal through MBE subcontracting participation, or 2. Meet-or exceed the above stated MBE goal through MBE Joint Venture participation,or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. � e �q 1 t? : + ,•Qp, ., . � s,;- �.jj ti:rG- 3 - ,I` - :o �ka �, e t 1, '��' I } :? ay.d s�1 fig, b 1. Subcontractor Utilization Form,if goal is received no later than 2:00 p.m.,on the second City business day met or exceeded: after the bid opening date,exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form,if participation is less than after the bid opening date,exclusive of the bid opening date. stated goal., 3. Good Faith Effort and Subcontractor received no later than 2,00 p.m., on the second City business day Utilization Form,if no MBE participation: after the bid opening date, exclusive of the bid opening date_ 4. Prime Contractor Waiver Form,if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date,exclusive of the bid openinq date. 5. JolntVenture Form,if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE GITY'S BUSINESS DIVERSIFY ENTEORISE_ORDINANCE,WILL RESULT'114 THE E10 E31 ING CONSIDERED-NOWRESPONSIVE TO SPE.CIFICATION$, FAILURD.TO SUBMIT T14E REQUIRED MEE DOCUMENTATION WILL RESULT IN-THE-131D BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEINGDISQUALIFIED FORA PERIOD-OF QNE YEAR. THR' FE-F:AIL:URES-iN A FIVE YEAR PERIOD WILLLRtSULT-IN.A DISQUALIFICATION PERIOI]OF THREE YEARS. Any questions,please contact the MiWBE Office at(817)212-2674, R.ev.2/10115 f ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise NIBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror MNVIDBE NON-MNwDBE PROJECT NAME: 2018 Concrete Restoration Contract 6 Bit)DATE City's MBE Project Goal: offeror's MBE Project Commltmont, PROJECT NUMBER 9 % % 101587 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the 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. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or.knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. 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 identify by tier level cif all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractorlconsultant'i:e_ a direct payment from the prime contractor to a subcontractor is considered 9 st tler, a payment by a subcontractor to its supplier is considered 2n,tier. The prime contractor-is responsible to -provide proof of payment of.all .tiered subcontractors identified as a MBE and counting those dollars towards meeting the.contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. 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 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 least one fully licensed and operational truck to be Used on the contract. The M.BE may lease trucks from another MBE firm, including MQE owner-operated, and receive full MBE credit. The MBE may lease trucks from non=MBEs, ,including owner-operated, but..will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2110116 FORT_ VYO [H ATTACHMENT to Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status, i.e., LMinority and non-M_BI~s. 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 . " Detail Detail Address 1 M W Subcontracting Supplies DollarAmount Telephone[Fax r B B 'BM Work Purchased Email E E Contact Person E El 11 Rev.2110115 FORT: ORTH ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL.subcontractors/suppliers, regardless of status; i.e., pAingn[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 SUBCONTRACTORISUPPLIER Company Name T " Detail Detail Address i Subcontracting Supplies Dollar Amount TelephonelFax e $ 6 Work Purchased Email r E B Contact Person E ❑ ❑ El Rev.2110115 FORTWORTH ATTACHMENT A Rage 4 0f 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 sub'stitutions 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 Change/Addition 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 sub it a detailed explanation of how the requested changeladdition or deletion will affect the committed MBE goal If the detail :explanation is not submitted, it-will affect the final 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 NamelTltlo(if different) Company Name Telephone andfor Fax i Address E-mail Address Citylstatelzip Date Rev.211 Oil ATTACHMENT IB Page 1 of I F- Ogg,: WOR I'H City of Dort Worth Minority Business Enterprise Specifications Prime Contractor W flyer Form Check applicable block to describe prime OFFEROR COMPANY NAME- MMIIDBE NON-MNVIDDE PROJECT NAME: BID DATE 2018 CIP Concrete Restoration Contract 3 PROJECT NUMBER CPty's MBE Project Goat: Offeror s MBE Project Commitment: o, 101587 9 % 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 1 C. This form is only applicable if both answers are yes. Failuretb coinpletethis farm in its entirety.and°be ieceived by the Purchasing Division no later::than 2: - rii: .on the second Ci business da after bid o 'enin , exclusive of the bid'opening date;will resutt.in the hid Being corisFd ri c0 non=responsive to b cl.specsficatio.ns. 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 NO project,i"i5 is your normal business practice and provide an inventory profile of your business. nd accurate on The Offeror further agrees t ed b vat[sub��ctly to encluding MBE(s) on City upon tthis contract, complete ,the payment thereof and regarding actual work p Y fn ^1Ehmittr { any proposed chai?yPG to the original MBE(s) arrangemei,�� 5...-----..emu vsith this bid. The Offeror also agrees to apow an audit and/or examination of any books, records and files held by their company that will substantiate the y. Any actual work performed by the misrepresentation SEs resentl this ation of facts twill be groy an unds l for tezed rminating ng heicer or lCont Contract ce of o edebtarmen intentional andlor knowing p ears and for initiating action under Federal, State or Local from City work for a period of not less than three (3) y with this ordinance creates a material breach of contract laws concerning false statements. Any failure to comply 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. printed Signature Authorized Signature Contact Name(if different) Title Phone Number Fax Number Company Name Emall Address Address Date citylstatemp Rev.2110116 ATTACHMENT 1 C .FORT WORTH Page 1 of City of fort Worth Minority Business Enterprise M13E Good Faith Effort Form OFFEROR COMPANY NAME. Check applicable block to describe Offeror PROJECT NAME; M/WIDBE NON-MMI/DBE 2018 CiP Concrete Restoration Contract 3 131DDATE City's M.Brz Project Goal: Offeror's MBE Project commitment: PROJECT NUMBER % °l 101587 If the .offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must completo this iform. If the Offeror'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. 1=aildre to -complete this form,:in its entire with supporting Purchasing Di�ision.no later than 2.Op p.m. on the second City usiness day after=bid opening and s excluthe sive of bid opening date,will resulfin the:bid being considered non-responsive to.bid specifications. 1.j 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,IDO NOT LIST NAMES O1= FJIRMS� On all projects, the Offeror must list each subcontracting and ❑r supplier opportunity regardless of tier. (Use additional sheets,if necessary) List of Subcontracting Opportunities list of Supplier Opportunities pportunities Rev.2110115 ATTACHMENT 1 C 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 MIWBE Office. Yes Date of Listing 1 1 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 mall 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 and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (if yes,attach list to include name of MBE firm,verso n 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? 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. Fallure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsivo.) 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 MOTE: The four iiiethods identified above are acceptable for sollciting bids, and each selected method, must be applied to the applicable contract. The Offeror must document that either at least two attempfs. 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 be deemed responsive-to,the Goad Faith Effort requirement. NOTE: . The Offeror must contact the entire MRE list specific to each subcontracting and supplier opportunity-to be in compliance with.questions 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.211 Oil 5 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services 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 yos,attach tho Information that was not valid In order for the MIWBE 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. (Please use additional sheets,if necessaiy,and attach, Company Name Tele hone Contact Person Scope of Work Reason far Re'ection 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.2t10115 ATTACHMENT'IC Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the C4's MIWBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date RL-V.2110115 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture EUibility Form_ All questions must he answered;use"N/A"if not applicahle, Name of City project: 2018 UP Concrete Restoration Contract 3 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 applicahle) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please aftach extra sheets ff additional space Is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-NME firm nalnC' I name.• Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail 'Telephone Facsimile Cellular Cellular Certifreatiou 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 MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. S.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 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 Roceivahle): Management decisions: a. Estimating b. Marke#ing and dales �J 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 MNVBE 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 eEof3 AFFTDAVrf 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 misre resentation of facts. — -----_-_--------------,-_--------------- _—____________________-_-----_ Name of MBE firm Name of non-1viHF frm 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 y 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 (Seat) Rev.2M 0/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK 2019 UNIT PRICE CONSTRUCTION CONTRACT City Project No. 101846 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 Fiagger $ 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 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.D1 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 1ofI GN4.00 General Notes 7 HUS PAGE EEFY xIN71EN7CMNAILTLY BLANK General Notes Division Of—General Requirements General: 1. The Contractor shall be responsible for locating all utilities,whether public or private,prior to excavation.The information and data shown with respect to existing underground facilities at or contiguous to the site is approximate and based on information furnished by the owners of such underground facilities or on physical appurtenances observed in the field.The City and Engineer shall not be responsible for the accuracy or completeness of any such information or data.The Contractor shall have full responsibility for reviewing and checking all such information or data, for locating all underground facilities,for coordination of the work with the owners of such undergrounj facilities during construction and for the safety and protection thereof and repairing any damage thereto resulting from the Work.This Work shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. The Contractor shall notify any affected owners(utility companies) or agencies in writing at least 48 hours prior to construction. a. Notify TEXAS 811 (1-800-DIG-TESS or www.texas811.org)to locate existing utilities prior to construction. b. Caution!Buried oleetric lines may exist along this project. Contact electrical providers 48 hours prior to excavation : lk Tri-County Electric David Moore 817-444 7603 Oncor Larry BaMi in 817-215-61.84 c. Caution! Buried gas lines may exist along this project. Contact Atmos-8nergy 48 hours prior to excavation, and within two(2)hours of encountering a gas line(John Crane; 817-207 2831) d. Caution! Buried communication cables may exist along this project. Contact cormnunication companies 48 hours prior to excavation: • Spectrzrnr/TWC Sherri 7'T ahan 81 Z 271-8108 * Yerizon Michael Fenton 469-602-0711 AT&T Gary Tilory 817-338-6202 c. Caution! When doing work within 200 feet of any signalized intersection,the Contractor shall notify Traffic Management Division of City of Fort Worth T1PW, 72 hours prior to excavation(Lee Soria 817-392-8656).The Contractor shall protect existing signal hardware,ground boxes,detection loops,and underground conduit at signalized intersections.Any damages at signalized intersections shall be replaced at the expense of the Contractor.The Contractor shall contact the City at 817-392-8100 to perform conduit line locates at signalized intersections 72 hours prior to commencing work at the intersection. f. The Contractor shall notify the City of Fort Worth Project Manager 48 hours prior to the start of any excavation(Greg Robbins 817-392-2333). 2. Contractor's personnel shall have identifying clothing,hats or badges at all Banos which identify the Contractor's name, logo or company. 3, Protect concrete curb and gutter,driveways,'and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated in the drawings. CITY OF FOWY WORTH STANDARD CONSTRUCTION GENERALNOTES Version Release December 18,2017 Division 32—Exterior Improvements General: 1. At Locations where the curb and gutter are to be replaced,the Contractor shall assume all responsibility for the re-establishment of existing street and gutter grades.Establishment of grades shall be considered as a subsidiary item of Work,the cost of which shall be included in the price bid in the Proposal for various bid items. 2. AlI driveways,which are open cut,shall have at least a temporary driving surface at the end of each day.The temporary surface shall be considered as a subsidiary item of Work.The cost of which shall be included in the price bid in the Proposal for various bid items. Bike Lanes and Shared Pavement Markings: 1. Proposed bike lanes should maintain a minimum effective width of 4 feet(measured from edge of gutter to center of stripe). 2. Bicycle pavement markings should be located 20 feet from the curb return,stop bar, or cross walk (whichever is applicable)unless denoted otherwise in the drawings. 3. Combined width of bike lane and on-street parking should not be less than 13 feet. 4. If travel lane is greater than 14 feet wide, shared pavement:markings shall be placed 4 feet from face of curb or edge of on-street parking(whichever is applicable). 5. If travel lane is less than or equal to 14 feet wide,shared pavement markings shall be placed in the middle of the travel lane. 3. Bike lane symbol, arrow, and shared pavement markings should be repeated at the beginning of each intersection. 4. On uninterrupted sections of roadway,bike lane symbol and arrow should not be spaced more than 330 feet apart and shared pavement markings should not be spaced more than 250 feet apart. S. Bike lane symbol, arrow, and shared pavement markings should not be placed at private driveways or public intersections. 6. Bike lane striping should be 4 inches solid white,hot-applied thermoplastic unless specified otherwise in the drawings.All other bike lane pavement markings shall also be white,hot applied thermoplastic unless otherwise specified in the drawings. 7. All dimensions are from face of curb and are to center of the pavement marking. 8. Shared pavement markings should not be used on facilities with a posted speed greater than 35 mph. Sidewalks and Curb Ramps: 1. The curb ramp standard details are intended to show typical layouts for the construction of the curb ramps. The information shown on the standard details meet the requirements shown in the 4'2012 Texas Accessibility Standards"(TAS)and the"2010 ADA Standards for Accessible Design"by the Department of Justice. 2. City of Fort Worth Standard Details are only intended to indicate pay limits for each type of ramp,the Engineer is responsible for the development and design of the sidewalk and curb ramp layout,including actual dimensions and slope percentages. 3. The Contractor may not make changes to the sidewalk and curb ramp layout without approval of the City. The Contractor may propose changes to the sidewalk and curb ramp layout due to field conditions,but any proposed changes must be approved by the City. 4. Curb ramp running slopes shall not be steeper than 8.3% (12:1). Adjust curb ramp Iength or grade of approach sidewalks as directed by the City. S. Curb ramp flare slopes shall not be steeper than 10% (10:1)as measured along back of curb. 6. Maximum allowable cross slope on sidewalk and curb ramp surfaces is 2%. 7. The minimum width of sidewalks and curb ramps shall be 4 feet. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2017 S. Landings shall be provided at the top of curb ramps. The landing clear length shall be 5 feet minimum from the end of ramp. The landing clear width shall be at least as wide as the curb ramp, excluding flares.The landing shall have a maximum slope of 2% in any direction. 9. In alterations where there is no landing at the top of the curb ramp, curb ramp flares shall be provided and shall not be steeper than 8.3%(12:1). 10. Where turning is required,maneuvering space at the top and bottom of curb ramps shall be 5 feet by 5 feet minimum.The space at the bottom shall be wholly contained within the crosswalk markings and shall not project into vehicular traffic Ianes. 11, Curb ramps with returned curbs may be used only where pedestrians would normally walk across the ramp, either because the adjacent surface is planting or other non-walking surface or because the side approach is substantially obstructed. 12. Where curb ramps are provided,crosswalk markings shall be required and ramps shall be aligned with the crosswalk. 13. Counter slopes of adjoining gutters and road surfaces immediately adjacent to the curb ramp shall not be steeper than 5%(20:1) in any direction. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL.NOTES Version Release December 18,2017 Division 33-Utilities General: 1. For utility work within utility easements, once pipe or appurtenances have been installed or rehabilitated,immediately commence temporary surface restoration. Complete surface restoration to the owner's satisfaction within seven(7)days of work finishing on-site.Failure to maintain surface restoration, as noted above,may result in suspension of work until restoration is complete. 2. Existing vertical deflections and pipe slopes shown on the drawings are approximate and have not been field verified,unless otherwise noted.Rim elevations,flow lines, and horizontal locations of existing manholes were determined from field survey. If field conditions vary from those shown on drawings Contractor shall notify City. 3. Maintain all existing water and sewer connections to customers in working order at all times, except for brief interruptions in service for water and sewer services to be reinstated.In no case shall services be allowed to remain out of service overnight. 4. Establish and maintain a trench safety system in accordance with the excavation safety plan and Federal, State or local safety requirements. 5. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. Confined Spaces shall include manholes and all other confined spaces in accordance with OSHA's hermit required for Confined Spaces. 6. Only City prequalifred Contractors,by appropriate Water Department work category, shall be allowed to adjust valve boxes,manholes,ring&covers, etc. Water: 1. Provide thrust restraint by means of restraining joints at fittings and concrete blocking. When specifically indicated on the Drawings,provide thrust restraint at designated joints beyond the fittings.Each method shall be capable of thrust restraint independent of the other system. The Contractor shall refer to City Standard Details for area required to install concrete blocking. 2. All ductile iron mechanical joint fittings shall be restrained to pipe using retainer glands. 3. Proposed water mains shall have a minimum cover of 48-inches cover above the top of pipe, unless shown otherwise on the drawings or details. 4. All water services shall be installed above storm sewers, except where shown otherwise in the drawings. 5. Elevation adjustment at connections may be made with bends,offsets,or joint deflections.Joint deflections shall not exceed fifty percent(50%)of manufacturer's recommendations. 6. Temporary pressure plugs required for sequencing of construction and testing of proposed water lines shall be considered subsidiary to the work and shall be included in the price bid in the Proposal for various bid items. Sanitary Sewer: l. Verify that all connections to the sanitary sewer system are far sanitary sewer only.Notify City of any discovered illicit connections. 2. The Contractor shall be liable for all damages to properties,homes, and basements from backup, Which may result during the installation of new pipe and/or abandonment of existing pipe.The Contractor will be allowed to open clean outs where available.The Contractor will be responsible for all clean up associated with opening clean outs. 3. For all sanitary sewer service connections at manholes,provide a hydraulic slide in accordance with the details. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release,December 18,2017 1 Storm Drain: 1. Maintain the existing stone drainage system until the proposed system is in service, In no case should the Contractor leave the existing stone drain out of service whereby runoff would cause damage to adjacent property. 2, Construct all drainage improvements from the downstream end to the upstream end to allow continued storm drain service.If the Contractor proposes to construct the system otherwise,the Contractor shall submit a sequencing plan to the City for approval. 3. Take appropriate measures to preserve wildlife in accordance with applicable federal,state and local guidelines. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERA].NOTES Version Release December 19,2017 i Division 34-Transportation General: 1. Prior to activating traffic signals with new or revised signal timing, the contractor should e-maiI Aziz Rahman, Sr.Professional Engineer, at Aziz.Rahman. fortworthtcxas. ov(and copy Kassem Elkhalil, Professional Engineer, at Kassem.ElKhalil g fortworthtexas.gov) at least three (3)weeks in advance to schedule that. 2. if new cabinets and controllers are being installed and the controllers need to be programmed and tested by City Forces;the contractor should deliver them to the City of Fort Worth, Signal Shop at 5001 James Ave., at least three(3)weeks in advance to schedule that. 3. Unless there is a compelling reason, a new traffic signal will be put on flash on Thursdays and working colors the following Tuesday. 4. Switching from old traffic signal to a new one,this should be done on Tuesdays only. 5. Notify Traffic Management Division(817-392-7738) Project Representative at least 24 hours in advance of all concrete pours.Inspector must be present when concrete is placed on the project site. 6. If applicable, equipment supplied by the City will he available for pick up from the Transportation/Public Works (T/PW)Warehouse at 5001 James Avenue and/or the Village Creek Pole Yard (5000 MLK Freeway). The Project Representative must authorize all equipment pickups. 7. Design consultant shall submit electronic file in CAD format as well as PDF (I I"X 17") of final `signed and scaled plans to the City, 8. Contractor shall provide a 5-year manufacturer warranty on APS systems. The warranty documentation shall include the start date(when material is delivered to job site)and the end date of the warranty and the serial number of the equipment. Traffic Signals: 1. The City will not provide traffic signal cabinet or traffic signal controller to the Contractor. The cost for these items must be included in the City project budget,or for all privately funded projects, the cost must be included in the bid package for purchase from the vendor. 2. The Contractor shall provide all materials needed to construct a fully operational traffic signal as called out for in the plans and specifications. 3. All existing signal equipment shall remain in place and operating until new equipment is in place and ready to operate. 4. The Contractor is responsible for hauling and properly disposing of salvaged material from the job site to a disposal site of their choosing. The Contractor will not be allowed to drop off salvaged materials at the City yards. Foundations: CITY OF PORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release Decembcr 18,2017 1. Dimensions shown on plans for locations of signal foundations,conduit, and other items may vary in order to meet local conditions. All locations of foundations, conduit,and ground boxes shall be approved by the Traffic Signal Inspector or the City Engineer. 2. Contractor shall contact the City traffic signal inspector prior to pouring cabinet foundation to be sure that template and bolt patterns are correct for type of cabinet being supplied.Foundation shall be installed per City Specification and City Detail, 3. Pier Foundations shall be poured together in one piece. 4. No signal poles shall be placed on foundations prior to five(5)calendar days following pouring of concrete. 5. Contractor shall clean up and remove all loose material resulting£Tom construction operations each day prior to the work is being suspended. 6. Controller cabinet concrete apron shall be subsidiary to the bid item for the controller cabinet foundation. Cabinet foundation and apron shall be poured together in one piece. Controller and Cabinet: 1. Contractor shall install controller cabinet and connect all associated field wiring. 2. City will install signal timing and program controller. Conduit: 1. A continuous grounded system shall be provided in PVC conduit by running 148 bare copper wire in conduit between foundations and grounding at each foundation ground rod. 2. All conduits shall be Schedule 80 PVC. 3. Electrical service shall be installed per City Specifications and City Detail in separate 2" conduit from the meter to the signal cabinet. Signal Heads: 1. All signal heads shall be McCainlM,EconoIit6rm,or approved equivalent style and dimensions. 2. AlI signal heads shall be covered with burlap or other approved material from the time of installation until the signal is placed in operation. 3. All signal head attachments shall be designed such that the wiring to each signal head shall pass from the mast arm through a rain tight connector to the signal head bracing or attachment hardware to the signal head. A small amount of exposed signal cable shall form a drip loop. 4. All LED signal indications shall be General Electric(GE)GeleoreTM or equivalent and shall meet the latest I E standards. 5. Signal heads (all displays) and pedestrian Walk and Don't Walk heads with countdown displays shall have LED inserts. 6. Clam-Shell mounting assemblies shall be used for pedestrian indications. CITY OF PORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2017 7. All LED signals shall be of the incandescent appearance. 8. All signal heads shall have Mack aluminum, louvered, single piece back plates compatible with McCainTM,Econolite'",or approved equivalent signal head housings. Traffic Signs and Pavement Markings: 1. All traffic signs and mounting hardware shown on the plans will be furnished and installed by the contractor including the metro street name signs. The contractor shall provide a detail sheet for the metro street name signs with block numbers to the City for approval prior to fabrication and installation. 2. Existing stop signs and posts will be removed by the contractor upon,or before,the signal turn-on. Detection System: 1. The Contractor shall furnish and install the IterisTm Vantage Vector Hybrid Detection System and cable. 2. The Contractor shall install,aim and program all detectors as per City Standard Specifications and City Details. 3. The Contractor shall refer to and City Standard Details and project plans for detection zones placement. Emergency Vehicle Preemption Equipment(EVP): 1. The Contractor shall furnish and install the OpticomTM EVP (detectors, cable, and discriminator units). 2. The Contractor shall install the EVP detectors on the mast arm as shown on the plans and appropriate City Detail, and run one continuous EVP cable from the detector to the cabinet. Installation of the EVP system will be paid for per bid item. Accessible Pedestrian Signal(APS): 1. APS units with audible message shall be installed on all TxDOT locations or at the direction of the City Engineer. 2. APS units shall comply with the latest version of the Texas Manual on Uniform Traffic Control Devices(TMUTCD). 3. APS units shall be installed per City Standard Specification and City Detail. Battery Backup: 1. If called out for in the plans, battery backup units supplied shall comply with the City Standard Specifications,Installation shall be completed per City Standard Specifications and City Detail. Traffic Control: 1. The Contractor shall submit a Work Schedule, Traffic Control Plan, and acquire a Development Permit from Development Department, at 200 Texas Street. Contact Chuck McLure (817-392- 7219). CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2017 2. The Contractor shall be responsible for the safety of pedestrians and motorists in the area of the traffic signal construction site. 3. Roads and streets shall be kept open to traffic at all times. Contractor shall arrange construction so as to close only one lane of a roadway at a time. 4. All construction operations shall be conducted to provide minimal interference to traffic. All traffic signal equipment installations shall be arranged so as to permit continuous movement of traffic in all directions at all times. 5. Contractor shall be responsible for any signage necessary during construction. 6. Unless otherwise noted, it is the contractor's responsibility to ensure that signal indications and timing are adjusted and maintained to ensure safety in work zone at all times. 7. Any traffic signal modifications during construction are subsidiary to traffic control plan (TCF) pay item. 8. Any traffic signal modifications should be in compliance with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD) and the City of Fort Worth Standards. 9. The contractor shall submit any proposed traffic signal modifications to the Traffic Signal Section for their approval ten(10)days prior to any changes. Electric Service: 1. Install the required electric services and obtain an electrical service permit in each instance,cost of which will be paid by the Contractor. 2. The electrical service shall be 100 amps with 120/240 voltage branch circuit and shall comply with City Standard Specifications and City Details as applicable per plans. Luminaires: I. The City will not furnish luminaire material to the contractor. The Contractor shall furnish and install LED luminaires for traffic signals in accordance with the latest City Standard Specifications, City Details, and plans. 2. All new streetlight pole types shall match those of the surrounding area of Fort Worth for which they are being installed in.Contact the City Traffic Management,Street Light Section at(817)392- 7738 for direction on light pole types allowed areas. The same poles shall be consistently used throughout subdivisions. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18,2017 ITT-1.00 Standard Details THEE ]SAGE LEFT INTENTIONALLY BLANK P w jF�j /w��r BNw t "i �m N C) 0 1 m4 CD M Nrl ri �n I�iWp w IA 1MG mi LLI LLI �mc W M = z pe uj f U) a � vj� O Z W LL U L]J • � i l; 66a L w r'3 ggn m 5.1 yo �i F ��Kg�Yy ��1•i� S.d t € 1-12 '-1 R96 Gvsg� ' 9 g s g b a� ka�b 0 BQ�{� z of M f +i m n o[ w AgPf 0 N �oq Elm flm� o act L k 1 _µo.d �v a � g a {, ❑ Lo As Rn 11J W a 4 poi z s ' - - ply F" 'o= ' a O L U LL (.) 0 LLB O W z VE orl •s, U 6 Of LLf O Tkg a 3 is n a V E rY` -C'�' •�; ��p /�lon __c'} �m Z IPI S 1 w a Pg N z w ra` a � z �t Y e d a fiat# RT; co r P c� Ln 10 cri C) UR n ON n fan _ 6 o flu- 2UJ 1-Y LU 0-1 ps qqq gg r�� A- v_ b b (� e o a. 3 IL d m r.F $� CL :[ as � ES„ :E Im 4 a LLI -IPA po a a 3N •� S. � xwa - �g�� 5 w8 d AgoWoo HUM t��frc g �4 ti k W ss HS ti g S gg P - g 3 13 - J ( cs G o �m Cu ma p M LO LU c � Y n 0 tl k. T W o v Z 0 g E z O LL K a an g 15 8 t.y � r, h� N . o s V as _ M Te ZF c a rppm � y )9 m / a \ (t (m �§ G � on $ §` )\ }\ a )\ § h - � In ) U \ k L 71 rl———————— -- --—————I-- 71 �\ / W � \ LU t E fe LLI ([ \ 3 � r LU §Lo > a. \» \ j( � § )n.CA \ ¥ 9- <o Q j[ � j / $) ( ¥ ■ ° /\ - § \ d � � ( ¥ $ \ & }E § \ \ x § /\ 2 ) ® © \ cl \ §2 § © of x S a w NOTES TO DESIGNER: 1. FILL IN BLANKS AND/OR VERIFY ALL TEXTS IN SLUE. FIRST POUR SECOND POUR CONSTRUCTION JOINT WITH SILICONE JOINT SEALANT ``�I PER 32 13 13-D516 78" --^� rw E, ;I it I[-ill- PROPOSED SUBGRADE #XX BARS ®XX' ff4 x 36" DEFORMED PER TYPICAL O.C.B.W. BARS a XX" O.C. ROADWAY SECTION TYPE 1 FIRST POUR SECOND POUR CONSTRUCTION JOINT MTH SILICONE JOINT SEALANT PER 32 13 13-13518 PROPOSED SUBGRADE #XX BARS @ XX" LAP BARS PER TYPICAL ROADWAY O.C.B.W, FROM FIRST POUR SECTION A MINIMUM OF 4U BAR DIAMETERS TYPE 2 �+ CITY OF FORT WORTH,TEXAS REVISED:08-31-2012 FORT WORTH CONSTRUCTION JOINT 32 13 13-D511 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/OR VERIFY ALL TEXTS IN BLUE. x 16" DEFORMED BARS CONSTRUCTION JOINT WITH p DOWELED AND EPDXYED INTO SILICONE JOINT SEALANT PER 32 13 13-D516 EXISTING PAVEMENT 0 XX" O.C. #XX BARS 0 XX" O.C.B.W. PROPOSED PAVEMENT PER SECTION 32 13 13 EXISTING CONCRETE PAVEMENT -0�: �• T/2 } •�. - ,M1 T ��I I I--Till �i i--I i-I 11=1T-i��_ -}��.�.I I[ III-I ICI i i-i i r-:i l �I�I i i-•,. ��i--i EXISTING 6" PROPOSED SUBGRADE PER S13BGRADE MIN TYPICAL ROADWAY SECTION NTH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 FORT ■k CONSTRUCTION JOINT (BETWEEN 32 13 13-D612 EXISTING AND PROPOSED P"EMENT} NOTES TO DESIGNER: 1. FILL IN BLANKS AND/OR VERIFY ALL TEXTS IN BLUE. EXPANSION JOINT, FORMED GROOVE XX BARS XX' ROUNDED TO X" RADIUS )MT-H SILICONE JOINT SEALER AND O,C.D.W. 6 g" PE EXP. JOINT FILLER 2" PERR 32 32 13 13-D517 2" / 1Y4• MIN. CLEARANCE PROPOSE[) T r .. + ,y•;f SUSGRADE PER TYPICAL ROADWAY L - "..•,.. o.:...:,,...o. SECTION .Oy.#:.`-n' a '�.� -'�''-• .•.o- '��„ :�' _ _ III h H 11-111;, DOWEL SLEEVE OR JXX x 24w SMODTrI 16" CAP TO FIT DOWEL DOWEL COATING AND BE SECURED DOWEL 12 O.C. W/GREASE BAR STOP DOWEL SUPPORT OR BASKET CITY OF FORT WORTH,TEXAS REVISED: 08-31-2M ORS'��RTI� EXPANSION JOINT 32 13 13-D513 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/OR VERIFY ALL TEXTS IN BLUE, ,JXX x 20" SMOOTH EXPANSION JOINT WITHOUT fXX BARS ®XX" DOWEL ®XX" D.C. DOWEL SUPPORT BASKET O.C.B.W. INTO EXISTING PER 32 13 13-0517 PAVEMENT PROPOSED PAVEMENT PER SECTION 32 13 13 1A" MIN- CLEARANCE EXISTING CONCRETE PAVEMENT � 2" MIN. - Tf2 4' T p.? •.9�+�.' .��.,M1-.`a-.;- ..5..:'r:�. :ap PROPOSED i' _ _ SUBGRADE 3iff—ut—iTt iTi 'F t irr rrr rri—rtr ir-rrt irr—iTi ii rt it Tr-rTr�i�rTi—ai PER TYPICAL ROADWAY 6" DOWEL SLEEVE OR CAP SECTION EXISTING MIN TO FIT DOWEL AND BE 5UBGRADE SECURED BAR STOP &�VRTH CITY OF FORT WORTH,TFXAS REVISED:08-31-2012 EXPANSION CONSTRUCTION JOINT 32 13 13-D614 (BETWEEN EXIST AND PROP PAVEMENT) NOTES TO DESIGNER: 5, FILL IN BLANKS AND/OR VERIFY ALL TEXTS IN 13WE. #XX BARS XX" SAWED DUMMY JOINT WSTH O.C.B.W. SILICONE JDINT SEALANT PER 32 13 13-D518 St �'p• S -7- • - .D a_• PROPOSED SUBGRADE i:' "' :.: ; ` '.': J•.r ';,°' .::: ". PER TYPSCAL ROADWAY SECTION DOWEL SUPPORT #4 x 20" SMOOTH DOWEL OR BASKET BARS @ XX" O,C. F`®l'�'��p®R,�I� CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 !►� CONTRACTION JOINT 32 13 13-D515 I NOTES TO DESIGNER: 1. FILL IN BLANKS AND/OR VERIFY ALL. TEXTS IN BLUE, SAWED DUMMY JOINT WITH #CC BARS 0 XX" SILICONE JOINT SEALANT O.C.R.W. PER 32 13 13-D51B i f f� -I IT�Ti-1T1-1 11-.I-.I... 11-1 I I-I i i-� i-u i iTi-�11-1 i 1=1Ti-I i i i I- PROPOSED SLIBGRADE PER TYPICAL ROADWAY SECTION F�.,RT WORTH CITY OF FORT WORTH.TEXAS REVISED;08-31-2012 V SAWED DUMMY JOINT 3213 13-®516 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/OR VERIFY ALL TEXTS IN BLUE. FORMED GROOVE ROUNDED TO Ya RADIUS 911CONE JOINT SEALANT . f•f.. REDWOOD ~ yr EXPANSION POLYETHYLENE a` ~'°` FILLER BOND BREAKER ".' _ _: o-�-• +' TAPE 1' +. T DOWEL SUPPORT ° SfX SMOOTH BASKET " DOWEL `" a• ®nv lazy , CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 WORH REDWOOD EXPANSION JOINT DETAIL 3213 13-D517 i I FORMED GROOVE ROUNDED TO Y RADIUS Y4 SILICONE JOINT l SEALANT Y4 `Y+�. k`~• '' SAWED JOINT FACE •Q• •iii + t�. a V" VIA. CLOSED CELL EXPANDED T ":• ',:• •:aYr':�.;;h s',. {• POLYEIHN1-ENE FOAM �' s' •' •:•., .`: BACKER ROD CITY OF FORT WORTH,TEXAS REVISED: 08-31-20 12 o 0RT SAWED JOINT DETAIL 32 13 13-D518 N a) Y N LO 00 uj Wn oe - ry Q LL lu ig � � •:: ::,"rod ` . nn 6 - n' 9 � � _ =_-Vie:•' � � N z � a C%l N Lo (? 00 C) Ld V) co Ui C3 ae_) >4 C) td L) .1 lz 00 '4 �'j IF-t jo 0 :�7�z 0 LLI UmZ pp� 170 w(n C4 o<w to w .19 LL LU U)CD> fL o<0 ca (L(L(n W- 0 z CL bi la < 2L U) n�:Z C)<0 m • Of L.] LY 0 U) 7� L) P 3: LL, U)a 0 Z P 0 Lj 0-,, � �(x X 0 0 Ic W�' I 9L M [-- 0 < CY a: < Cc 0 C) 1-- *0 0 CA Ld 8-w vs CL�� 21 <C3 term u en 0-0 �62 InJ AW- wIL In C) 7- -: 6 LO 9 aj Wows 't CO Hi giv Y p.gis gin a V a jL is ail $� �WM. O � o aiX 0 w a V ald o a~ D � U LL E 0 a zLUM #° ka3 .z 0 w Fffiro - F ' Rd ' "a { 27- i QmO .. W (NIVI)XvO 5¢ g 6 IA L m 4-61 Z2 6 WZ imp AIR � � Z 3p � t�F x�F4<�6��55 gSg flSjt 1-�•� 0.W� <� a WN �P K cog n m •Y a Lf XBg OyAh i3 G. Fj CL 3 nz Q x m w L$U X I� 3 UJ CL 4 w >- x� LL Q ® 6q \o_ U off} QVso AM _ lL] 3I nuna '-�� euno vc qln r m 3 1 49 F Q a I m Ey Sp- a.a. M p �o ot. [ � min I 9 R A ( I =f 1 : � o WWI)Now -xi� i 3 N m Sao m" o o 9 _ 3 MgN 3p� din <B N Cam+ F - Tto,?7- z�l M. o�S > N P- a�Sl �9 1=�'A au y € REMW 23 ado e m g o a fi 6M Cl) Rh M I II�III .`ti��` �� • �' � LLI QA - _ s LL I 8sY{ _ aye 4. d z E5 PH -- bf 53RIYM1 • inB9� ' ' a �y z H 1w G6Wi w y } z F III (��r3' � � '•'+; �• U :.$III r 6a�r az xis•� r i" _.2�•. � cn a � 53nnh o M N Io 2 O C) � M w w L) a M a 1 w �N M N U Z z —` z o cq z W a w Q O U uj w V1 U Ul L0 z 4r' iav j flQOU r z w a LLIL LLI +is'4 ++++++ ` O 5C �p X NIA I:OZ NlVN43015 N ' n] xvrl I:Zt +++i++++++ dnva + ri + + I \� LL +}*7+F ` O V� +i+ co u)Ld 'r aw a., I �¢ Ua z a co CL Q 7ni o� z'n �"x a x j o �j lo h� w xvry zz j m___-- !� a � aCD z Y YU s _ xz a z C Z a CA z— ac Q J 1 a co a m A a. 'Col O W Q C) N N 0 LLI M z O Z W U O o p IL z 1 LLI O 4J' U UIC L0 4p ~ Z W �Y1 [o [ai U � Mod ❑ s ¢ o O Q US Z a, W C)W Cr' ❑ LL IL TN , L" , L a. N1VAh301S z-7 'NtW 1:0Z a a. z ix —...—............— 1 o r v F l RON 33S Z �inr a LO w< cy a g "D U U UD z H K www ¢ri = a zi wwwxT�m TTF- a ��-+ aq Wk-- [iZWmOm2lilU- _ tm Q�wxa W�l LL E3 00..x E--��o aJ a I,E:<2 Fmu Z<a 0�izZ WUr) UwpV!"0 aC9 Xo ---- -... � WrWr zx ,` wC0ZJWza0 w p �I--V w N'4 Z U F W W f' fn L,4 w W'oJ QW Z a KR Q nOmo MO--j W OND E w LJ z r 0� 3 ° z }N J} aQ L Ld �w- vl ~0. C3 W¢:z Fw H z Vl LLIJ w R{1 H 0 z tr o � xM 2 aL'MR,t AV i L U CO T f g 1 also z o � Y `f 4-f m x 7 0.1 W Fv YX � U o r a r. n O N 7G8 Gl LU LEI a a b V LL a 0 Ld Ul G � O Lei NYA - C) 43 od � a LU U M �'I� ,gfti1- �c+ O O Jl- ie7J J W }r Z d ` ti ¢ 0 N W W 'Qo IA J � LLI ur p I ¢ I m n � mM S Y. SIB-I®00 Scope Exhibits THIS PAGE LEFT INTENTIONALLY BLANK 'IdDDd IIA N V d 9DN®D a®A-10 VS.:1 W � 404 iRFf NOuWif A3h ef35 s���wxo�n� S;iNCdS x91id�NOiLVL'3a3Sh".'al � � w � Qo oxy cvgz �d za m�3 boo �a �ke �vN,iotz o1,6 41 o m1iUZZ}Hry . I . I � C3 Ci C1 V] (It r¢ o o d c*! J J J W u�i W LEI E i le;. II 6Mp"�7g M.s�W yj�y�sbuiMoap';uaauaaolda�Fauod -ouo�L8S101�Slaafard�favnS�T,vng�be+uaaaF6u��ppFs��� 'ldl�i 1INVd 'DNOD 'GA19 VSDW VilV Ls:! rgl Mlaa a xN10�CNo I gsE O�a[YCM�R �Cl : 6M:: �av o ffI�V�Z��N II' 1 .�*rrM1 k i i t l © 0 0 1 wf � d ♦— F rn c� cV r7 xn W LA Lyl d w h , , 55.E Jl 5'N V ¢ i ea ; - 6MP--GA79 V53YY •juoO L9S101`$): fad X—n4lf—ng�5—. u'Bu3\OVIVJ\\ 'Id-D"d IjNVd N `DiV®D 1.S NIDIVW Q m o� MF9 �onQ0 n0~ " a°R 4w a m�c�zz�10nQi I� H M cfl C] �Z 47 C7 .0 I r� bmP"1S NL[FfOW�56urMurQ 1;uawaoorday lauud ouo�L89101�s;saloi�,fd,uns1.(an�nr,�buuaa�iE 3�tl015J» � -'-__ ............. ' __-___ -_____ __--_ � g to Li ED ' FQ-1.00 Project Quantities THES IMAGE LEIF7 IIT`� TEN7�0NALLY -BLANK ! „ , § ! § § § G ; ; ; ] mR � , ] ] , . , , , mm ; „ § § . § � 72A2n ; ;§! a3 & » 61a , ; # ! S \ } \ () ) \ \ } j \ j \ \ / } \ \ . ) I-- :2 k ) § I e ) k \ƒ } k ± 9 } \ § » 4® ! � kwIN ` ll : , : l : aKm@55 $ 5m6M 22 , ■ msa = r , mlJl � . ° ° � 5 ; ! ! $ 5 ; / / T T T